school board of brevard county office of …eagendatoc.brevardschools.org/07-22-2014 regular school...

131
SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 PB #15-PB-005-KC – Cafeteria Milk and Milk Products VENDOR RECOMMENDED FOR AWARD: VENDOR NAME AMOUNT AWARDED ITEM NUMBERS Borden Dairy Company of Florida, Inc. Variable All TOTAL Variable SOLICITATION SUMMARY: Date Solicited: May 7, 2010 Number of Items/Groups: 8 Date Opened: June 16, 2010 No. of Planholders: 12 Original Notice of Award: July 27, 2010 No. Firms Bidding: 4 DISCUSSION: Pricing is based on School Board of Marion County, Florida Bid #3310JD. CONTRACT TERM: The contract term shall commence July 23, 2014 and continue until August 9, 2015. RECOMMENDATION: It is the recommendation of Judy Preston, Associate Superintendent of Financial Services, Kevin Thornton, Director of Food and Nutrition Services, and staff to utilize the School Board of Marion County’s Bid #3310JD, Milk and Milk Products, for the purchase of milk and milk products on an as needed basis until August 9, 2015. AUTHORITY FOR ACTION: Florida Administrative Code 6A-1.012 (6) ACTION BY BOARD: ___ Approved Recommendation(s) Above & Awarded Meeting Date: July 22, 2014 ___ Other ___________________________________ Cheryl L. Olson, C.P.M., CPPO, FCCN Director of Purchasing and Warehouse Services

Upload: vananh

Post on 15-Apr-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601

PB #15-PB-005-KC – Cafeteria Milk and Milk Products VENDOR RECOMMENDED FOR AWARD:

VENDOR NAME

AMOUNT AWARDED

ITEM NUMBERS

Borden Dairy Company of Florida, Inc. Variable All

TOTAL Variable

SOLICITATION SUMMARY:

Date Solicited: May 7, 2010 Number of Items/Groups: 8 Date Opened: June 16, 2010 No. of Planholders: 12 Original Notice of Award: July 27, 2010 No. Firms Bidding: 4 DISCUSSION: Pricing is based on School Board of Marion County, Florida Bid #3310JD. CONTRACT TERM: The contract term shall commence July 23, 2014 and continue until August 9, 2015. RECOMMENDATION: It is the recommendation of Judy Preston, Associate Superintendent of Financial Services, Kevin Thornton, Director of Food and Nutrition Services, and staff to utilize the School Board of Marion County’s Bid #3310JD, Milk and Milk Products, for the purchase of milk and milk products on an as needed basis until August 9, 2015.

AUTHORITY FOR ACTION: Florida Administrative Code 6A-1.012 (6) ACTION BY BOARD: ___ Approved Recommendation(s) Above & Awarded Meeting Date: July 22, 2014 ___ Other ___________________________________ Cheryl L. Olson, C.P.M., CPPO, FCCN Director of Purchasing and Warehouse Services

BORDEN DAIRY (VELDA) DELIVERY SALESMAN

SCHOOL NAME DAYS SCHOOL NAME DAYS

ANDERSEN RICK M W F MADISON DAVE T TH

APOLLO DAVE M W TH MANATEE RICK T TH

ASTRONAUT DAVE T TH MCAULIFFE ARLAN M T W TH F

ATLANTIS DAVE M W F MCNAIR RICK M W F

AUDUBON BARRY W F MEADOWLANE PRIM RICK M W TH

BAYSIDE ARLAN T TH F MEADOWLANE INTRM RICK M T W TH F

CAMBRIDGE BARRY M - FRI MELBOURNE HIGH DON M W TH

CAPE VIEW BARRY M W TH MERRITT ISLD HIGH BARRY M W TH

CENTRAL ARLAN M W TH MILA BARRY M T W TH F

CHALLENGER 7 DAVE M - FRI MIMS DAVE M W F

COCOA BEACH BARRY T W F OAK PARK DAVE M W F

COCOA HIGH DAVE T - TH OCEAN BREEZE DON M W F

COLUMBIA ARLAN M W F PALM BAY ELEM ARLAN M T W TH F

COQUINA DAVE M W F PALM BAY HIGH ARLAN T W TH

CREEL DON M T W TH F PINEWOOD DAVE T TH

CROTON DON M W F PORT MALABAR ELEM ARLAN M T W TH F

DELAURA DON T TH F QUEST RICK T TH

DISCOVERY ARLAN M T W F RALPH WILLIAMS RICK T TH

EAU GALLIE DON M W F RIVIERA ARLAN M T W TH F

EDGEWOOD BARRY M W TH ROCKLEDGE HIGH RICK M W F

ENDEAVOUR BARRY M - FRI ROOSEVELT DON T W F

ENTERPRISE DAVE M - FRI ROY ALLEN DON T TH

FAIRGLEN DAVE M W F SABAL DON T TH

FREEDOM 7 DON T F SATELLITE HIGH DON T TH F

GEMINI DON M W F SATURN BARRY M - FRI

GOLFVIEW RICK M - FRI SEA PARK DON T TH F

HARBOR CITY DON T TH F SHERWOOD RICK T TH

HERITAGE ARLAN T F SOUTHWEST ARLAN M W TH

HOLLAND DON T TH F SPACE COAST JR/SR DAVE M W F

HOOVER DON M W F STEVENSON BARRY W F

IMPERIAL ESTATES DAVE M W F STONE MIDDLE ARLAN M W TH

INDIALANTIC DON M W F SUNRISE ARLAN M W F

JACKSON DAVE T TH SUNTREE RICK T TH

JEFFERSON BARRY M W TH SURFSIDE DON M W F

JOHNSON DON M W F TITUSVILLE HIGH DAVE T TH

JUPITER ARLAN M T W TH F TROPICAL BARRY M T W TH

KENNEDY RICK M W F TURNER ARLAN M W TH

LEWIS CARROLL BARRY M T TH UNIVERSITY PARK ARLAN M W TH

LOCKMAR ARLAN M T W TH F VIERA HIGH RICK T TH

LONGLEAF RICK T TH WEST MELBOURNE RICK M T W TH F

WEST SHORE JR/SR DON T TH F

WESTSIDE ELEM ARLAN T TH F

EXHIBIT A

An Equal Opportunity School District Bid #3310JD Milk Rev 51 1

School Board of Marion County Purchasing Department 506 S.E. 3rd Avenue Ocala, FL 34471 (Template Rev 51)

INVITATION TO BID

Bidder Acknowledgement

Bid No: 3310JD Date: May 7, 2010 Bid Title: Milk & Milk Products, Three Year Contract, August 9, 2010 – August 9, 2013 Bid Opening: Wednesday, June 16, 2010 @ 2:00 PM Board Approval Date: Tuesday, July 27, 2010 Vendor Name: Terms:

Vendor Mailing Address:

Delivery _____calendar days after receipt of order.

City – State – Zip Code: F.E.I.D. No. (S.S.#)

Area Code/Telephone # Fax Number: Email Address:

ANTI-COLLUSION: The signed bidder certifies that he or she has not divulged discussed or compared his or her bid with other bidders and has not colluded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates, or gratuities permitted either with, prior to, or after any delivery of material. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal from the bid list(s). I certify that I am the owner or an authorized officer or agent for the above company and that the information supplied herein, including all pages attached, is correct and that neither the applicant nor any person or concern in any connection with the applicant as a principal officer, so far as is known, is now debarred or otherwise declared ineligible by the School Board of Marion County, Florida from bidding for furnished materials, supplies or services to the District or agency thereof. The undersigned represents and warrants by signing this document that employee background investigations will be adhered to in accordance with Florida Statutes 1012.32. _______________________________ ________________________________________ Authorized Signature (Manual) Authorized Signature (Type or Printed) and Title

INVITATION TO BID This Invitation to Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addenda, and/or any other pertinent documents form a part of this proposal and by reference are made a part thereof. PURPOSE: It is the purpose and intent of this invitation to secure bids for item(s) and/or services as listed herein for the School Board of Marion County, Florida hereinafter also referred to as School Board, Board and/or District. SEALED BIDS: Sealed bids will be received in the Purchasing Department until the date and time as indicated above. Bids will be opened publicly in the Purchasing Department and all bidders and general public are invited to attend, unless otherwise noted. All bids shall be submitted in sealed envelopes, mailed or delivered to the School Board of Marion County, Purchasing Department, 506 SE 3rd Ave, Ocala, FL 34471. Mark your envelope with the following information: YOUR COMPANY NAME & ADDRESS, BID NUMBER, TITLE, and TIME and DATE OF BID OPENING. It is the sole responsibility of the bidder to ensure their bid reaches the Purchasing Department on or before the closing date and hour as shown above.

Olson.Cheryl
Text Box
EXHIBIT B

An Equal Opportunity School District Bid #3310JD Milk Rev 51 2

BOARD'S ACCEPTANCE: Unless otherwise specified herein, the bidder will allow a minimum of forty-five (45) days from the last date for receiving of bids for acceptance of its bid by the Board. The School Board of Marion County does not discriminate on the basis of race, color, religion, sex, age, national origin, marital status or qualified disability in its employment practices and in its access and admission to educational programs, services and activities. _____________________________________________________________________________________

General Conditions, Instructions and Information for Bidders

Sealed Bids: One copy of this executed invitation to Bid page and Proposal Form page(s) must be returned with the bid in order for the bid to be considered for award. All bids are subject to all the conditions specified herein: all General Conditions on the attached bid documents; and any addenda issued thereto. Any failure on the part of the bidder to comply with the specifications, terms and conditions of this invitation to Bid shall be reason for termination of contract.

1. EXECUTION OF BID

: Bid must contain a manual signature of an authorized representative in the space provided above. Failure to properly sign proposal shall invalidate same, and it shall not be considered for award. All bids must be completed in ink or typewritten if submitted as a manual document. If the bid is hosted by a third party company, all bid forms must be completed electronically. Corrections must be initialed by the person signing the bid. Any corrections not initialed will not be tabulated. The original bid conditions and specifications cannot be changed or altered in any way. Altered bids may not be considered. Clarification of bids submitted shall be in letter form, signed by the bidders and attached to the bid.

2. NO BID

: If not submitting a bid, respond by returning the enclosed “Statement of No Bid” form and explain the reason. Note: A bidder, to qualify as a respondent, must submit a “no bid” and same must be received no later than the stated bid opening date and hour.

3. PRICES QUOTED

: Deduct trade discounts and quote firm net prices. Give both unit price and extend total. Prices must be stated in units of quantity specified in bid specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices FOB destination, freight prepaid (unless otherwise stated in special conditions). Discounts for prompt payment: Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). If a bidder offers a discount, it is understood that a minimum of 30 days will be required for a payment, and the discount time will be computed from the date of satisfactory delivery at place of acceptance and receipt of correct invoice at the office specified.

A. TAXES: The School Board of Marion County, Florida is exempt from any taxes imposed by the State and/or Federal Government. State Sales Tax

An Equal Opportunity School District Bid #3310JD Milk Rev 51 3

Exemption Certificate No. 85-8012622222C-6 appears on each purchase order. This exemption does not apply to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for the improvements of School District-owned real property as defined in Chapter 192

of the Florida Statutes.

B. MISTAKES

: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at bidder’s risk.

C. Bidder warrants by virtue of bidding that price(s) shall remain firm for a period of (1) year from the date of Board Approval or time stated in special conditions.

D. USE OF OTHER CONTRACTS: The School Board reserves the right to

utilize any other District contract, any State of Florida contract, any contract awarded by any other city or county governmental agencies, any other school board, any other community college/state university system cooperative bid agreement 6A-1.012(5), or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A-1.012

(6) in lieu of any offer received or award made as a result of this bid, if it is in the best interest to do so. The School Board also reserves the right to separately bid any single order or to purchase any item on this bid if it is in its best interest to do so.

E. CONDITIONS AND PACKAGING

: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of the bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.

F. UNDERWRITERS’ LABORATORIES

: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be UL listed or the re-examination testing where such has been established by UL for the items offered and furnished.

4. DELIVERY

: Unless actual date of delivery is specified, show number of days required to make delivery after receipt of purchase order in the space provided. Delivery time may become a basis for making an award (See Special Conditions). Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays.

5. BRAND NAMES: Use of a brand name, trade name, make, model, manufacturer, or vendor catalog number in specifications is for the purpose of establishing a grade or quality of material only. It is not the District’s intent to rule out other competition, therefore, the phrase OR ACCEPTABLE EQUAL is added. However, if a product

An Equal Opportunity School District Bid #3310JD Milk Rev 51 4

other than that specified is bid, it is the vendor’s responsibility to submit with the bid brochures, samples and/or detailed specifications on items bid. The District shall be the sole judge concerning the merits of the bids submitted.

Bidder shall indicate on the bid form the manufacturers name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications.

6. QUALITY

: The items bid must be new and equal to or exceed specifications. The manufacturer’s standard guarantee shall apply. During the guarantee period the successful bidder must repair and/or replace the unit without cost to the District with the understanding that all replacements shall carry the same guarantee as the original equipment. The successful bidder shall make any such repairs and/or replacements immediately upon receiving notice from the District.

7. SAMPLES, DEMONSTRATIONS AND TESTING

:

A. Samples of items, when required, must be furnished free of expense and if not destroyed, will upon request, be returned at the bidder’s expense. Request for the return of the samples must be indicated on his or her bid. Each individual sample must be labeled with bidder’s name, bid number and item number. Failure of bidder to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the School Board of Marion County, Florida, Purchasing Department.

B. When required, the School Board may request full demonstrations of any

units bid prior to the award of any contract.

C. Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services, or an independent testing laboratory. Bidders shall assume full responsibility for payment for any and all charges for testing and analysis of any materials offered or delivered that do not conform to the minimum required specifications. Bidder’s disposition of all items delivered in this category must be at no expense to the School Board.

8. INSPECTION AND ACCEPTANCE: The successful bidder shall be responsible for

delivery of items in good condition at point destination. Bidder shall file with the carrier all claims for breakage, imperfections, and other losses, which will be deducted from invoices. The School Board will note, for the benefit of successful bidder, when packages are not received in good condition. In the event the material and/or services supplied to the School Board is found to be defective or does not conform to specifications, the School Board reserves the right to cancel the order

An Equal Opportunity School District Bid #3310JD Milk Rev 51 5

upon written notice to the seller and return the product to seller at the seller’s expense.

9. DEFAULT PROVISION

: In case of default by the bidder or contractor, the School Board may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess costs incurred thereby.

10. COPYRIGHTS OR PATENT RIGHTS

: Bidder warrants that no violation of copyright or patent rights were made in manufacturing, producing or selling of the goods shipped or ordered as a result of this bid. Seller agrees to hold the purchaser harmless from any and all liability, loss or expense occasioned by any such violation.

11. MANUFACTURER’S CERTIFICATION

: The School Board reserves the right to request from bidders separate manufacturer certification of all statements made in the proposal.

12. OCCUPATIONAL HEALTH AND SAFETY: Vendor, as a result of award of this bid, delivering any toxic substances item as defined in Florida Statute 1013.49

shall furnish to the Purchasing Department, a Material Safety Data Sheet (MSDS). The material safety data sheet shall be provided with initial shipment and shall be revised on a timely basis as appropriate.

The MSDS must include the following information A. The chemical name and the common name of the toxic substance. B. The hazards or other risks in the use of the toxic substance, including;

1. The potential for fire, explosion, corrosion and reactivity; 2. The known acute and chronic health effects of risks from exposure,

including the medical conditions, which are generally recognized as being aggravated by exposure to the toxic substance; and

3. The primary routes of entry and symptoms of overexposure.

C. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substance including appropriate emergency treatment in case of overexposure.

D. The emergency procedure for spills, fire, disposal, and first aid.

E. A description in lay terms of the known specific potential health risks posed

by the toxic substance intended to alert any person reading this information.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 6

F. The year and month, if available, that the information was compiled and the name, address and emergency telephone number of the manufacturer responsible for preparing the information.

Any questions regarding this requirement should be directed to: Department of Labor and Employment Security, Bureau of Industrial Safety and Health, Toxic Waste Information Center, 2551 Executive Center Circle West, Tallahassee, FL 32301-5014, Telephone 1-800-367-4378. 13. OSHA

: The bidder warrants that the product/services supplied to the School Board of Marion County shall conform in all respects to the standards set forth in the Occupational Safety and Health Act 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract.

14. CONSUMER PRODUCT SAFETY COMMISSION COMPLIANCE: Any products supplied by a Bidder(s) under this solicitation will comply with the provisions of the Consumer Product Safety Improvement Act (CPSIA) of 2008. (Public Law 110-314) CPSIA regulates furniture products that include any lead-containing paint; or any products intended primarily for children 12 years of age or younger with lead in any component or in the products themselves; and certain products, such as toys or child care articles containing phthalates (esters mainly found in plastics). Any product supplied that falls under CPSIA definitions, must have a manufacturer furnished “Certificate of Conformity” with each shipment of covered products. The specific rule covering certificates can be found at:

http://www.cpsc.gov/businfo/frnotices/fr09/certification.pdf.

15. ANTI-DISCRIMINATION

: The bidder certifies that they are in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375 relative to equal employment opportunity for all persons without regard to race, color, religion, sex, or national origin.

16. ADVERTISING

: In submitting a proposal, bidder agrees not to use the results as a part of any commercial advertising without prior approval of the School Board of Marion County.

17. CONFLICT OF INTEREST: The award hereunder is subject to the provisions of Chapter 112

, Florida Statutes. All bidders must disclose with their bid the name of any officer, director or agent who is also an employee of the School Board of Marion County, Florida. Further, all bidders must disclose the name of any Board employee who owns, directly or indirectly, an interest of 5% or more in the bidder’s firm or any of its branches.

18. DISPUTES

: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the School Board of Marion County shall be final and binding on both parties.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 7

19. LEGAL REQUIREMENTS: Federal, state, county, and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Specifically, proposer(s) is to adhere to the School Board of Marion County, Florida policies, pursuant to the following, with respect to any criminal arrests and convictions, and is on notice thereto that any employees involved in any Chapter 435

, Florida Statutes offenses are precluded from continuing to work on the project and must be replaced. Failure to comply may result in the immediate termination of the vendor’s contract at the sole discretion of the School Board. Lack of knowledge by the bidder will no way be a cause for relief from responsibility.

20. SIGNED BID CONSIDERED AN OFFER

: This signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval by the School Board. In case of a default on the part of the bidder after such acceptance, the School Board may take such action, as it deems appropriate including legal action for damages or specific performance.

21. LIABILITY, INSURANCE, LICENSES AND PERMITS

: Where bidders are required to enter or go onto school district property to deliver materials or perform work or services as a result of bid award, the bidder will assume the full duty obligation and expense of obtaining all necessary licenses, permits and insurance. Bidder shall be liable for any damage or loss to the School Board incurred by bidder, bidder’s employees, licenses of the bidder or agent or any person the bidder has designated in completion of his or her contract as a result of their bid; further bidder shall be liable for all activities of bidder occasioned by performance of this bid. Not withstanding the foregoing, the liability herein shall be limited to one million dollars ($1,000,000) and the bidder recognizes that, and covenants that it has received consideration for indemnification provided herein.

22. SPECIFICATIONS

: Any omissions of detailed specifications stated herein that would render the materials/service from use as specified will not relieve the bidder from responsibility.

23. BID BONDS AND PERFORMANCE BONDS: A 5% Bid Bond, when required, shall be submitted with the Bid. Bid Bonds will be returned to unsuccessful bidders. After award of the contract, the School Board will notify the successful bidder to submit a 100% Performance Bond. Upon receipt of the performance bond, the bid bond will be returned to the successful bidder.

If a bond is required, the details for the bond will be indicated under special conditions.

24. PAYMENT

: Payment will be made after the items/services awarded to a vendor have been received/completed, inspected and found to comply with award specifications, free of damage or defect and properly invoiced.

25. SPECIAL CONDITIONS

: Any and all Special Conditions that may vary from these General Conditions shall have precedence

An Equal Opportunity School District Bid #3310JD Milk Rev 51 8

26. ADDENDA TO RFP AND/OR BID

: If any addenda are issued, they will be placed on the website for viewing and downloading. It is the responsibility of each bidder to visit the website to determine if any addenda have been submitted respective of the bidding documents. Reference to the Bid number will be made with the number of the addendum adjacent. Each bidder or proposer is responsible for determining whether addenda have been issued and must acknowledge receipt when submitting bids or proposals.

27. FORCE MAJEURE

: Notwithstanding anything herein to the contrary. The Contractor shall not be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder for any reason beyond its reasonable control including without limitation, acts of God, acts of war, civil disturbance, lockouts, fire unavoidable casualties or action or promulgation of any statute, rule, regulation or order by any federal, state or local governmental or judicial agency or official (including the revocation or refusal to grant licenses or permits, where such revocation or refusal is not directly caused by the Contractor), or any other event constituting Force Majeure under this Agreement.

28. Due to Acts of God, Acts of Terrorism or War, any contractors working with the School

District shall acknowledge and agree to the following terms and conditions. This will allow the District to obtain Federal funding, if available.

EMERGENCY / STORM RELATED CATASTROPHE

FAMILIARITY WITH LAWS The bidder is required to be familiar with all Federal, State, and local laws, ordinances, rules and regulations that may in any manner affect the work. Ignorance on the part of the contractor will in no way relieve him from any responsibility or liability arising from the award. The awarded contractor assures and certifies that they will comply with:

• U.S. EPA Asbestos Containing Materials in Schools, • Contract Work Hours and Safety Standards Act of 1962 • Federal Fair Labor Standards Act • Title VI of the Civil Rights Act of 1964 • Age Discrimination Act of 1975 • Executive Order 11246 as amended by Executive Orders 11375 and 12086

related to discrimination. • Americans with Disabilities Act • Anti-Kickback Act of 1986, 41 U.S.C. Section 51 • The Hatch Act, 18 U.S.C. 594, 598, 600-605 • Uniform Federal Accessibility Standards, 41 C.F.R. Section 101-19.6 • Title IX of the Education Amendments of 1972, 20 U.S.C.: 1681-1683 and

1685-1686 prohibiting discrimination on the basis of sex. • Comprehensive Alcohol and Alcoholism Prevention Treatment and

Rehabilitation Act of 1970, 42 U.S.C. 4521-45-94 • Public Health Service Act of 1912, 42 U.S.C. 290 dd-3 and 290 ee-3 • Lead-Based Paint Poison Prevention Act • Energy Policy and Conservation Act, P.L. 94-163: 42 U.S.C.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 9

• Clean Air Act of 1955, 42 U.S.C. 7401-7642 • Clean Water Act of 1977 • Immigration and Nationality Act, 8 U.S.C. Section 1324a(e) Section 274A(e) • Records Retention, 34 C.F.R.

29. PRESS RELEASES AND PUBLICITY

The bidder shall make no announcements or news releases pertaining to the bidder’s participation in this bid or the award of this contract; its representatives or agents without authorization from the Purchasing Department.

:

30. PURCHASES BY OTHER PUBLIC AGENCIES

: With the consent and agreement of the successful bidder(s), purchases may be made under this bid by other governmental agencies within the State of Florida. Such purchases shall be governed by the same terms and conditions as stated herein.

31. Unless otherwise indicated in the bidding document, any solicitation downloaded from sources other than the official Marion County School Board, Purchasing Department website may not be the official and final version, and may result in the rejection of a quote/submittal/bid/proposal if not based upon an accurate rendition of the solicitation.

32. Respondents to this solicitation or persons acting on their behalf may not contact, between

the release of the solicitation and the end of the 72 hour period following the agency posting of the notice of intended award, (excluding Saturdays, Sundays, and state holidays) any employee or officer of the district concerning any aspect of this solicitation, except in writing to the Purchasing Department or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.

33. AWARDS

: In the best interest of the District, the Purchasing Department reserves the right to reject any and all bids and to waive any irregularity or minor technicalities in bids received; to accept any item or group of items unless qualified by bidder; to acquire additional quantities at prices quoted on this invitation unless additional quantities are not acceptable, in which case the bid sheets must be noted “Bid Is For Specified Quantity Only”. All awards made as a result of this bid shall conform to applicable Florida Statutes.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 10

Special Conditions

The Board reserves the right to reject any or all bids or any portion thereof. The Board reserves the right to waive any informality that is in the best interest of the Board. The Board reserves the right to secure expert advice when determining the best and lowest bid meeting the Board’s specifications.

The intent of this bid is not to eliminate any vendor, but to establish minimum acceptable requirements.

Questions concerning this bid shall be addressed to:

Mr. Jeffrey T. Lemstrom, Purchasing Specialist, Purchasing Department, Phone # 352-671-7503 Mrs. Judy Dale, Buyer, Purchasing Department, Phone #352-671-7502

Bid Opening Date: Wednesday, June 16, 2010 @ 2:00 PM

Location of Meeting: Bid opening will be held in the Purchasing Department, 506 SE 3rd Avenue, Ocala, Florida 34471

The School Board of Marion County, Florida supports the Americans with Disabilities Act of 1990, and we will take all reasonable steps to accommodate individuals using our services, programs and activities. Request for reasonable accommodations must be made at least two (2) working days in advance of the event.

A. SCOPE

: The purpose and intent of this invitation to Bid is to secure prices and establish a three year contract, to be reviewed on an annual basis, for Milk and Milk products as specified herein.

1. Proof of a Florida Milk dealer permit is required at the time of bid submission.

2. Delivery locations may be added or deleted during the term of this contract.

3. Vendor must be able to service all schools in the county. Bid evaluation will be based on historical usage.

4. The Board reserves the right to cancel this bid at any time due to lack of funding or poor performance.

B. LIQUIDATED DAMAGES:

In lieu of a Performance Bond the Marion County School Board, Purchasing Department will be accepting provisions for liquidated damages. Any bidder whose bid shall be accepted shall be liable to the School Board of Marion County for liquidated damages. Failure to perform according to the terms of the awarded bid shall be cause for liquidated damages in the amount of $250.00 per day.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 11

C. DELIVERY Milk and Milk products are for all Elementary, Middle and High School

cafeterias located throughout Marion County and will not be delivered to a central location. Deliveries are to be F.O.B. destination, inside delivery and are to be placed in designated refrigerated units as specified by the School Food Service Manager. Products out of date will not be accepted.

:

Products must be delivered to each cafeteria on a daily basis, between the hours of 6:00 a.m. to 2:00 p.m.,

as ordered by the Cafeteria Manager. Any requests to deviate from these delivery times must be approved by the School Food Service Cafeteria Manager.

Product must be delivered using properly insulated, thermostatically controlled refrigerated vehicles. All vehicles must be capable of maintaining temperatures to protect the product while in transit. Delivery temperature shall be no greater than forty (40) degree F. Milk cartons shall be delivered in a clean condition, free of dirt, sand, grease or other foreign particles in clean plastic carrying cases. Leaking, empty or sour milk cartons shall be replaced without charge the day following delivery. Milk crates shall be stacked neatly in refrigerated boxes. It shall be the responsibility of the successful bidder to remove all empty cases in which milk is delivered according to the delivery schedule. No Friday afternoon deliveries are permitted unless authorized by the Food Service Department, Director. Milk at a school prior to Thanksgiving, Christmas and Spring Holidays, and the last day of school for the year shall be picked up and a credit issued for that school. The credit slip must show the product number, package size and quantity. At the time of delivery the delivery person shall: Leave two invoices/delivery tickets at each school of every transaction.

One copy will be provided to SBMC accounts payable department. Never leave or pickup without having the invoice/delivery ticket signed by

an authorized person at the school. Invoice/delivery tickets must be legible with the purchase order number, product number, package size, quantity, description and unit price shown and extension accurately computed.

All products shall be subject to inspection and test after delivery to destination. In the event any products are found to be inferior or otherwise not conforming to the specifications, requirements and standards, the Board shall have the right to reject such item(s).

An Equal Opportunity School District Bid #3310JD Milk Rev 51 12

Successful bidders for the purchase of supplies are responsible for supplying all

labor, materials, and equipment required for the delivery of items as directed, at the delivery locations noted in the school listings. Additional locations may be added during the school year.

All freight charges are to be prepaid by successful bidders and included in the bid

price. Complete documentation of all charges must accompany each invoice for payment.

It is further agreed by all vendors signing this bid proposal that title to all items

ordered, remain with the vendor until received and accepted by the School District.

D. INSPECTION, ACCEPTANCE AND TITLE

: Inspection and acceptance will be at destination unless otherwise provided. Title and risk of loss or damage to all items shall be the responsibility of the contract supplier until accepted by the School Board, unless loss or damage results from negligence by the ordering agency. The contract supplier shall be responsible for filing, processing and collecting all damage claims. However, to assist them in the expeditious handling of damage claims the School Board shall:

1. Record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading.

2. Report damage (Visible and/or Concealed) to the carrier and contract supplier, confirming such reports, in writing, within 15 days of delivery, requesting that the carrier inspect the damaged merchandise.

3. Retain the item and its shipping container, including inner packing material, until inspection is performed by the carrier, and disposition given by the contract supplier.

4. Provide the contract supplier with a copy of the carrier’s Bill of Lading and damage inspection report.

E. PACKING SLIPS

: Failure to provide packing slip will result in refusal of shipment at vendor’s expense.

F. FAILURE TO DELIVER

: Failure to deliver as specified and at bid price will authorize the School Board to purchase these items on the open market. On all such purchases, the vendor failing to meet the bid requirements will be charged the additional cost. Further, the Superintendent may recommend to the School Board that the vendor failing to deliver as specified be removed as a future bidder on all bids for a period of two years.

G. RIGHT TO INSPECT PLANT: The District may, at reasonable times, inspect the part of the plant or place of business of the bidder(s), awardee(s), contractor(s)

An Equal Opportunity School District Bid #3310JD Milk Rev 51 13

or any subcontractor(s) which is related to the performance of any contract awarded or to be awarded by the School Board.

H. AWARD: It is anticipated that this bid will be awarded at the July 27, 2010

Board meeting.

Methods of Award

: In the best interest of the District, the Purchasing Department reserves the right to reject any and all bids or to waive any irregularity or minor technicalities in bids received. Furthermore, the Purchasing Department can acquire additional quantities at the prices quoted for this invitation unless additional quantities are not acceptable, in which case, the bid/proposal sheets must be notated by the Bidder, “Bid is for Specified Quantity Only”.

The method of award may be made in any of the following ways:

• “By Item”- Each item in the bid may be awarded individually to the lowest responsive and responsible bidder.

• “All or None by Group, Section, or Category”- The bid may be divided into Groups, Sections, or Categories of similar types of items if it would be impractical to split the award to multiple vendors. Each Group, Section or Category may be awarded to the lowest responsive and responsible bidder for all items contained within that Group, Section or Category. Bidders are required to bid all items considered for award of that Group, Section, or Category. After bids are opened and tabulated, the Purchasing Department reserves the right to delete one or more items of the balance of the items contained within that Group, Section, or Category, when doing so represents the best interests of the District.

• “All or None”- Submitted bid, in total. • “Primary and Secondary Suppliers or Contractors”- The bid can be awarded

to both a Primary and a Secondary supplier or contractor when it is critical to have a backup source of supply, or when it is anticipated that one vendor cannot effectively handle the volume of business generated under the contract. In the event the Primary supplier or contractor cannot perform in accordance with the District’s needs, the District reserves the right to use the Secondary supplier or contractor at its sole discretion. The Primary and Secondary suppliers or contractors are defined as the two lowest, responsive and responsible bidders.

Basis of Award: When price and specification compliance are the primary

criteria for making the vendor selection, the Purchasing Department will recommend the lowest

bid price from a responsive and responsible bidder(s) to the Board. The District may apply all or any part of the following criteria to determine if a Bidder is responsible:

• District’s past experience with the firm • The capabilities of management and technical staff within the firm • Customer references • Service after the sale • Location of the firm and service facilities and its ability to provide the service or

supply to the District in a timely manner

An Equal Opportunity School District Bid #3310JD Milk Rev 51 14

• Professional credentials A “Responsive

” Bidder is defined as one whose bid or proposal is in substantial conformance with the material requirements of the bid.

A “Responsible

” bidder is defined as one who is able to satisfactorily perform the work described in the invitation to bid or request for proposal.

I. FLUCTUATING PRICING CONDITIONS

: If a Federal milk marketing order minimum price, together with over-order payments as reflected for the raw milk price published in the Florida Agricultural Prices of the Florida Crop and Livestock Reporting Service (monthly publications) increases or decreases the price of raw milk in increments of $0.10 per hundred weight thereby increasing and decreasing the cost of said milk, $.00054 per half pint, the School Board shall adjust the price of school milk paid to the school milk contractor to conform with the increase or decrease. The milk contractor shall give written notification to the School Board each month that a change has taken place. The price increase/decrease shall be effective with the beginning of the next monthly reporting period. If the milk contractor fails to properly notify the School Board of any decrease in the price of milk, the Board will make an appropriate reduction in price.

J. TERM OF CONTRACT: The term of this contract shall be from the Board approval date effective August 9, 2010 to August 9, 2013 and will be reviewed yearly

. The contract may, by mutual agreement between the School Board of Marion County and the awardees, be renewable for two (2) additional one (1) year periods. The Board, through the Purchasing Department, will, if considering renewing, request a letter of intent to renew from the awardees 90 days prior to the end of the current contract period. If needed, the contract will be extended 60 days beyond the contract expiration date. The awardees will be notified when the recommendation has been acted upon by the Board. All discounts shall be firm for the term of this contract. The awardees agree to this condition by signing their bid.

Adjustments to Contract Terms & Conditions Necessitated by Volatility of the Marketplace

The district may, in its sole discretion, make an equitable adjustment in the contract term and/or pricing, if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace; that is, by circumstances that satisfy all of the following criteria:

1. The volatility is due to causes wholly beyond the vendor’s control. 2. The volatility affects the marketplace or industry, not just the

particular vendor’s source of supply. 3. The effect on pricing or availability of supply is substantial. 4. The volatility so affects the vendor that continued performance of

the contract would result in substantial loss or financial hardship.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 15

The determination as to whether a situation represents “extreme” volatility of the

marketplace and/or whether the effect on pricing or availability is “substantial” shall be solely at the discretion of the District. Requests for adjustments will not be considered more than once in a 180 day period.

K. REBATES, INCENTIVES, REDUCTIONS

All forms of price reductions, rebates and incentives, whether negotiated or offered from awarded suppliers, distributors, dealerships or manufacturers will be evidenced and credited against prices established in the award of all bids for commodities or services. Credits for any price reductions will be indicated against final or invoiced price. Incentives and/or rebates shall be credited against invoices and so indicated. Payment in the form of incentive, rebate, or reduction must be made payable to the School Board of Marion County and clearly identify the Bid /RFP and corresponding order or invoice that the incentive, rebate, or reduction was applied.

:

L. BIDDERS RESPONSIBILITY

: Before submitting their bid, each bidder is required to carefully examine the invitation to bid specification and to completely familiarize themselves with all of the terms and conditions that are contained within this bid. Ignorance on the part of the bidder will in no way relieve them of any of the obligations and responsibilities which are a part of this bid.

M. MANUFACTURER’S AUTHORIZATION: The bidder must supply a letter from the manufacturer for any items

, which you are bidding at the time you submit your proposal. The manufacturer’s letter shall indicate authorization to market, sell, distribute, warrant, or supply any product or service offered by the manufacturer through the vendor named in the bidding documents.

N. W-9 Form - Request for Taxpayer Identification Number and Certification: The bidder must fully complete and submit a W-9 with your bid submission, which you may find on our Purchasing Homepage. http://www.marion.k12.fl.us/dept/purr/docs/fw9.pdf. Failure to comply with this request will cause your bid to be non-responsive.

O. SEALED BID REQUIREMENTS

: The "INVITATION TO BID" bidder's acknowledgment sheet must be completed, signed, and returned. In addition, the Proposal Pages(s) on which the bidder actually submits a bid needs to be executed and submitted with this bid. Bids received that fail to comply with these requirements shall not be considered for award.

P. CONTRACT: The submission of your bid constitutes an offer by the bidder. Upon acceptance by the School Board, the Purchasing Department will post the tabulation on our website (See Bid Tabulations, Recommendations & Protest under Special Conditions). Purchase order(s) for any supplies, equipment and/or services will be placed, per the term of this bid. The bid and the corresponding

An Equal Opportunity School District Bid #3310JD Milk Rev 51 16

purchase order(s) will constitute the complete agreement between the successful bidder and the School Board of Marion County, Florida. Unless otherwise stipulated in the bid documents, no other contract documents shall be issued or accepted.

Q. ESTIMATED DOLLAR VALUE

: No guarantee of the dollar amount of this bid is implied or given.

R. SUBCONTRACTORS

: No part of this contract shall be subcontracted without the expressed permission of the Purchasing Department. Any request to subcontract must be in writing and accompanied by a copy of the subcontracting company's Marion County License and details of their contract.

S. QUALITY ASSURANCE

:

1. Vendors must; A. Have a system in place that provides for quality control and

the delivery of product at consistent and specified quality levels.

B. Vendors must have in place a system for safety and sanitation inspections assuring the delivery of product that is free from contamination and product degradation.

C. Vendor must provide a copy of their current inspection report from the Health Department at the time of your bid submission

2. Vendor’s labeling program must provide a clean, clear label on each master carton which shows the current product identification, brand, product code number, packing dates and lot numbers. This same information must appear on all invoices. Furthermore the School District reserves the right to identify and reject on delivery, certain unstable items which have shorter shelf spans. Product identifications on carton labels must be clearly readable and cartons may not contain any other labels which are not common to the market place without prior approval by the School District.

. Any future inspection reports must be submitted to the Food Service Office.

T. U.S. DEPARTMENT OF AGRICULTURE CERTIFICATION (DEBARMENT AND SUSPENSION): A copy of Form AD – 1048 (1/92) is included as a part of these bid documents. Section 3017.510 of 7 CFR Part 3017 requires the submission of the completed Form: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions, for all USDA Food and Nutrition Service programs. No vendor shall be allowed to participate in any procurement activity if any federal department or agency has debarred, suspended, or otherwise excluded that vendor from participation in a procurement activity. This form should be completed and

An Equal Opportunity School District Bid #3310JD Milk Rev 51 17

submitted with the bid in order for the submitted bid to be considered. Every time a bid is submitted, a new form is required. Any bid that does not include this required Form will not be evaluated and will not be considered for award. Both the Form AND the Invitation to Bid page are required to be filled out when the bid is submitted.

U. Applying Geographic Preferences in Procurements for the Child Nutrition Programs:

Food, Conservation, and Energy Act of 2008 (P.L. 110-246) that applies to procurements in the Child Nutrition Programs. Section 4302 of P.L. 110-246 amended section 9(j) of the Richard B. Russell National School Lunch Act (NSLA). As amended, effective October 1, 2008, the NSLA allows institutions receiving funds through the Child Nutrition Programs to apply a geographic preference when procuring unprocessed locally grown or locally raised agricultural products. This applies to operators of all of the Child Nutrition Programs, including the National School Lunch Program, School Breakfast program, Fresh Fruit and Vegetable Program, Special Milk Program, Child and Adult Care Food Program, and Summer Food Service Program, as well as to purchases of fresh produce for these programs by the Department of Defense.

V. THE U.S. DEPARTMENT OF AGRICULTURE’S “BUY AMERICAN” PROVISION:

Section 104(d) of the William F. Goodling Child Nutrition Reauthorization Act of 1998 requires schools and institutions participating in the National School Lunch Program (NSLP) and School Breakfast Program (SBP) in the contiguous United States to purchase, to the maximum extent practicable, domestic commodities or products for use in meals served under the programs.

The legislation defines “domestic commodity or product” as one that is produced in the United States and is processed in the United States, substantially using agriculture commodities that are produced in the United States.

The word “substantially” is defined as over 51 percent of the final processed

product consists of agricultural commodities that were grown domestically.

W. NUTRITIONAL ANALYSIS

:

All vendors shall provide information to support Marion County School District nutrition standards in the area of Child Nutrition. For each individual item, including all flavors and/or varieties, vendors shall supply a complete, legible and accurate nutrition facts label and ingredient information list must be submitted at the time of your bid submission.

1. Nutrition facts label: Product Size

Serving Size, including the ‘base’ weight Total Calories

Total Fat Saturated Fat

An Equal Opportunity School District Bid #3310JD Milk Rev 51 18

Monounsaturated Fat Polyunsaturated Fat Calories from Fat % Calories from Fat Total Carbohydrate Dietary Fiber Total Sugars Cholesterol Sodium Protein Calcium Iron Vitamin A (IU) or (RE) Vitamin C

2. Ingredient Information List 3. The Food Allergy will be used as an indicator of substances that have the potential to

cause an allergic reaction.

a. Food Allergy Worksheet – The Food Allergy Worksheet Document must be filled out, to include EACH item you are bidding. This document MUST BE SUBMITTED WITH THE BID

in order for your items to be considered for award.

X. REGULATIONS:

All items furnished under this bid shall be identified as having been officially inspected for wholesomeness and sanitation under a federal or state regulatory program. In addition, all items must comply in all respects to the standards and regulations established by Federal, Florida State and Local Laws.

Y. REPORTS:

Awardee(s) shall be required to submit product utilization reports to the School Food Service Department on a monthly basis as well as at the end of the contract period. These reports must include total monthly quantities per item used by all schools and total dollar amount (combined). Utilization reports shall be submitted within 15 calendar days after the end of each month or contract period

Z. PRODUCT RECALL:

Vendor assumes full responsibility of prompt notification to the purchasing agent of any product recall in accordance with the applicable state and federal regulations. Vendor shall, at the option of the ordering agency, either reimburse the purchase price or provide an equivalent replacement product at no additional cost. Vendor shall be responsible for removal and/or replacement of the affected product immediately following recall notification.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 19

AA. INSURANCE REQUIREMENTS: Proof of the following insurance will be furnished by the awarded bidders to the School Board of Marion County by Certificate of Insurance.

The Certificate of Insurance (Acord Form) must be submitted eleven (11) days prior to the Board approval date referenced in this solicitation. Failure to submit the required insurance documentation does not relieve the awarded bidder(s) of the obligation outlined in this section.

Original copies of Certificates of Insurance meeting the specific required provision specified within this contract/agreement shall be forwarded to: School Board of Marion County, Attn: Purchasing Department, 506 SE 3rd Avenue, Ocala, FL 34471 and approved prior to the start of any work or the possession of any school property. Renewal certificates must be forwarded to the same department prior to the policy renewal date.

Thirty days written notice must be provided to the School Board via certified mail

in the event of cancellation. The notice must be sent to the Purchasing Department. Receipt of certificates or other documentation of insurance or policies or copies of

policies by the School Board or by any of its representatives, which indicate less coverage than required does not constitute a waiver of the Bidder’s obligation to fulfill the insurance requirements herein.

The awarded bidders shall provide complete copies of any insurance policy for required coverage within seven days of the date of request by the Purchasing Department. For all contracts with a bid amount of $500,000 or more the actual INSURANCE POLICY must be included with the Certificate of Insurance.

1. WORKERS' COMPENSATION: Bidder(s) must comply with FSS 440,

Workers' Compensation and Employees' Liability Insurance with minimum statutory limits. Part One: “Statutory” Part Two: $1,000,000 Each Accident $1,000,000 Disease-Policy Limit $1,000,000 Disease-Each Employee

2. COMMERCIAL GENERAL LIABILITY: Awarded bidders shall

procure and maintain, for the life of this contract/agreement, Commercial General Liability Insurance. This policy shall provide coverage for death, bodily injury, personal injury, products and completed operations liability and property damage that could arise directly or indirectly from the performance of this agreement. It must be an occurrence form policy. THE SCHOOL BOARD OF MARION COUNTY SHALL BE NAMED AS ADDITIONAL INSURED ON THE CERTIFICATE AND AN ENDORSEMENT FOR ADDITIONAL INSURED

An Equal Opportunity School District Bid #3310JD Milk Rev 51 20

PROVIDED FOR COMMERCIAL GENERAL LIABILITY INSURANCE.

The minimum limits of coverage shall be $1,000,000 per occurrence, Combined, Single Limit for Bodily Injury Liability and Property Damage Liability.

3. COMMON CARRIER INSURANCE WAIVER REQUEST

Fill out the attachment “Common Carrier Insurance Waiver Request and submit with this bid if you are shipping by common carrier. OR

BUSINESS AUTOMOBILE LIABILITY: Awarded bidders shall procure and maintain, for the life of the contract/agreement, Business Automobile Liability Insurance. THE SCHOOL BOARD OF MARION COUNTY SHALL BE NAMED AS ADDITIONAL INSURED ON THE CERTIFICATE AND AN ENDORSEMENT FOR ADDITIONAL INSURED PROVIDED FOR BUSINESS AUTOMOBILE LIABILITY INSURANCE.

The minimum limits of coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" form policy. The insurance must be an occurrence form policy.

In the event the contractor does not own any vehicles, we will accept hired and non-owned coverage in the amounts listed above. In addition, we will require an affidavit signed by the contractor indicating the following:

_________________ (Company Name) does not own any vehicles. In the event we acquire any vehicles throughout the term of this contract/agreement, _______________ (Company Name) agrees to purchase "Any Auto" coverage as of the date of acquisition.

BB. INDEMNIFICATION/ HOLD HARMLESS AGREEMENT a. The Bidder

indemnifies the School Board of Marion County from any and all liability, loss or damage the SCHOOL BOARD may suffer as a result of any claim, demand, cost, or judgment against it, related directly or indirectly to the performance of the Bidder’s obligations under the terms of this Contract. Said indemnity includes, but is not limited to, interest, court costs and attorney’s fees incurred by the SCHOOL BOARD as a result of any action brought against it, as well as all attorney’s fees, court costs and any other costs incurred by the SCHOOL BOARD in establishing the right to indemnification and collecting any judgment against the Bidder. The Bidder is not required to indemnify SCHOOL BOARD for the proportion of liability a court

An Equal Opportunity School District Bid #3310JD Milk Rev 51 21

determines is attributable to the negligence or willful misconduct of the SCHOOL BOARD. The SCHOOL BOARD agrees to notify the Bidder in writing within ten (10) days of receipt of any notice of any action against the SCHOOL BOARD pertaining to this matter. Such notice will be by certified mail, return receipt requested, or by overnight courier. A notification will be deemed given on the date such notice is postmarked regardless of whether the Bidder actually received said notification. The Bidder further agrees in the event the court denies or reduces compensation to, or reimbursement of the SCHOOL BOARD, Bidder will provide the SCHOOL BOARD with the full amount of compensation or reimbursement requested in its statement of services.

CC. PRODUCT LIABILITY

: Products insured for not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage.

DD. PRICE ADJUSTMENT: The discounts, terms and conditions of this bid are to remain firm

throughout the contract period and any renewal periods.

EE. MINIMUM ORDER: If bidder(s) wishes to set a minimum order amount, they must so indicate on the Proposal Form

and will be considered only if determined to be in the best interest of the School District.

FF. INVOICES: Two copies of the invoice must be left at the delivery site. It is the responsibility of the cafeteria manager to sign off on the invoice and provide a copy to Finance, for payment. DO NOT

combine purchase orders on same invoice.

GG. ORDERS The School Board is not obligated to place any order with any supplier participating

in this bid. However, all departments will be urged to refer to the awarded vendor(s) in order to obtain items in the most economical manner.

:

HH. LIAISON

: Successful bidder shall liaison with designated district contact to schedule delivery of services or goods.

II. AREA REPRESENTATIVE: Bidder shall indicate in the space provided on the Proposal Form

the name, business address, phone number, email address, beeper and fax of the vendor representative who is available to resolve any disputes or problems.

JJ. EEO Statement

: The School Board of Marion County, Florida, does not discriminate in admission or access to or treatment or employment in its programs and activities on the basis of race, color, religion, age, sex, national origin, marital status, handicap or any other reason prohibited by law.

KK. Occupational License: When required by state or local ordinance provide a copy of the Occupational License of home state/county/city. Or you may provide a current

An Equal Opportunity School District Bid #3310JD Milk Rev 51 22

Department of Professional Regulation certificate. Please provide a copy with your bid proposal.

LL. BACKGROUND SCREENING REQUIREMENTS

: The School Board is committed to the education and safety of its students and employees. To that end, any contractor awarded a contract will represent and warrant that the personnel assigned to the project, do not possess criminal records that would violate the School Board’s standards for employment as set forth by the Florida Department of Education.

Fingerprinting

: Bidder agrees that as a condition of entering into this contract, pursuant to §1012.32 and §1012.465 Florida Statutes, any person entering school grounds or having direct contact with students on behalf of Bidder must meet Level 2 screening requirements as described in §1012.32, Florida Statutes. Screening will be at Bidder’s expense or employee’s expense and must be completed and credentials issued by the SCHOOL BOARD prior to the screened individual having access to students or to the school grounds.

MM. FUNDING OUT, TERMINATION, CANCELLATIONFlorida School Laws prohibit School Boards from creating obligations on anticipation of budgeted revenues from one fiscal year to another without year to year extension provisions in the agreements.

:

It is necessary that fiscal funding out provisions be included in all bids in which the terms are for periods of longer than one year.

Therefore, the following funding out provisions is an integral part of this bid and must be agreed to by all bidders:

The School Board of Marion County may, during the contract period, terminate or discontinue the items covered in this bid only at the end of the School Board's then current fiscal year upon 90 days prior written notice to the successful bidder.

Such prior written notice will state: a. That the lack of appropriated funds is the reason for termination, and b. Agreement not to replace the equipment, being terminated with equipment, with

functions similar to those performed by the equipment, covered in this bid from another vendor in the succeeding funding period.

"This written notification will thereafter release the School Board of Marion

County of all further obligations in any way related to such equipment covered herein."

This completed statement must be included as part of any lease agreement submitted by the successful bidder. No lease will be considered that does not include this provision for "funding out".

An Equal Opportunity School District Bid #3310JD Milk Rev 51 23

NN. USE OF OTHER CONTRACTSThe district reserves the right to utilize other District Contracts, State of Florida Contracts, contracts awarded by other city or county governmental agencies, other school boards, other community college/state university system cooperative bid agreement

6A-1.012 (5), or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A-1.012

(6) in lieu of any offer received or award made as a result of this bid, if it is in its best interest to do so. The School Board also reserves the right to separately bid any single order or to purchase any item on this bid if it is in its best interest to do so.

OO. Bids will be publicly opened and read aloud unless stated otherwise in the bidding

document.

INSPECTION AND READING OF BID

PP.

All corrections of unit prices must be initialed by the same person signing the bid. This includes the use of correction fluid (white out) or any other method of correction. See General Condition 1, Execution of Bid, for acceptable means of correction.

CORRECTIONS

QQ. POSSESSION OF FIREARMS / DRUG FREE WORKPLACE

Possession of firearms will not be tolerated on School District property; nor will violations of Federal and State laws and any applicable School Board policy regarding Drug Free Workplace be tolerated. Violations will be subject to the immediate termination provision heretofore stated in General Condition 18, Legal Requirements. “Firearm” means any weapon (including a starter gun or antique firearm) which will, is designed to, or may readily be converted to expel a projectile by the action of an explosive; the frame or receiver of any such weapon, any destructive device; or any machine gun. No person who has a firearm in their vehicle may park their vehicle on School District property. Furthermore, no person may possess or bring a firearm on School District property. If any employee of an independent contractor or sub-contractor is found to have brought a firearm on School District property, said employee will be terminated from the School Board project by the independent contractor or sub-contractor. If the sub-contractor fails to terminate said employee, the sub-contractor's agreement with the independent contractor for the School Board project shall be terminated. If the independent contractor fails to terminate said employee or fails to terminate the agreement with the sub-contractor who fails to terminate said employee, the independent contractor's agreement with the School Board shall be terminated.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 24

RR. ASSIGNMENT: The successful bidder shall not sub-contract, assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its rights, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the School Board.

SS. ORDERING PROCEDURE: Specific Items: After approval of contract award by the School Board of Marion County, separate purchase orders will be issued based on specific items at firm, fixed prices listed in the bid.

No item may be shipped or service performed that is not listed on the purchase order. Unless otherwise specified, entire shipment must be completed within 60 days.

TT. PAYMENT TERMS: The School Board payment terms are net 30 days. Payment

will not be processed until the following occurs:

1. The complete and satisfactory receipt of all items ordered on a purchase order. 2. The receipt of a properly billed invoice in the Finance Department. 3. The issuance of a change order for unit price increase, quantities ordered,

and/or items substituted.

Invoices to the School Board MUST include the following to permit verification of prices and expedite payment to vendors. Therefore, every invoice MUST list the items below where applicable:

1. Purchase order number. 2. Name and address of vendor, a unique invoice number and date of shipment. 3. Description of item ordered, model number and manufacturer. 4. Line item unit price, quantity, and description as reflected on our purchase order. 5. Line item total or extended price, minus bid discount as listed on purchase order. 6. Name and address of the location where merchandise was delivered. 7. All original invoices must be mailed to Finance Department/Accounts Payable as listed on the right top corner of the purchase order.

Failure to correctly invoice in accordance with these guidelines may result in delay of payment. No payment will be made on partial shipments.

UU. PURCHASING CARDS: The School Board of Marion County may choose to

use a “Purchasing Card” for ordering of goods and materials or payment of invoices under this proposal. The Proposer, by submitting a proposal, agrees to accept this manner of payment and may not add additional handling charges or service fees to purchases made with the School Board Purchasing Card(s). Refusal to accept this condition may cause the proposal to be declared non-responsive, or result in revocation of the contract, if already awarded.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 25

VV. WITHDRAWAL:

A bidder may not withdraw a bid after the final call for bids at a designated time of opening. When a bidder wishes to withdraw a bid, a written request shall be submitted to the Director of Purchasing and their request will be reviewed for consideration. In no case shall a bidder be granted a release from their bid or proposal more than one (1) time in a two (2) year period without penalty.

WW. PUBLIC ENTITY CRIMES

Per Florida Statute 287.133 - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid or a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for the CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. The bidder certifies by submission of this bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any State or Federal department/agency.

XX. DEFAULT In the event that the awarded vendor should breach this contract, the Board reserves the right to seek all remedies in law and/or in equity.

YY. CANCELLATION In the event any of the provisions of this bid are violated by the awarded vendor, the Superintendent or designee will give written notice to the vendor stating the deficiencies and unless the deficiencies are corrected within ten days, recommendation will be made to the Board for immediate cancellation. Upon cancellation hereunder the Board may pursue any and all legal remedies as provided herein and by law. The Board reserves the right to terminate any contract resulting from this invitation at anytime and for any reason, upon giving 30 days prior written notice to the other party. If said contract should be terminated for convenience as provided herein, the Board will be relieved of all obligations under said contract. The Board will only be required to pay to the vendor that amount of the contract actually performed to the date of termination.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 26

ZZ. SUBCONTRACTING If a vendor intends to subcontract any portion of this bid for any reason, the name and address of the subcontracting firm must be submitted along with their bid approval. No subcontracting will take place prior to a bid-awarded vendor furnishing this information and receiving written approval from the Board. The Purchasing Department reserves the right to reject a subcontractor who previously failed in the proper performance of an award or failed to deliver on-time contracts of a similar nature, or who is not in the position to perform this award. The School Board Representative reserves the right to inspect all facilities of any subcontractor in order to make determination as to the foregoing. The subcontractor will be equally responsible for meeting all requirements specified in this Invitation to Bid.

AAA. LOBBYING

BIDDERS ARE HEREBY ADVISED THAT THEY ARE NOT TO LOBBY WITH ANY DISTRICT PERSONNEL OR BOARD MEMBERS RELATED TO OR INVOLVED WITH THIS BID UNTIL THE ADMINISTRATION'S RECOMMENDATION FOR AWARD HAS BEEN POSTED IN THE PURCHASING DEPARTMENT. WRITTEN INQUIRIES ONLY MUST BE DIRECTED THROUGH THE PURCHASING DEPARTMENT. LOBBYING IS DEFINED AS ANY ACTION TAKEN BY AN INDIVIDUAL, FIRM, ASSOCIATION, JOINT VENTURE, PARTNERSHIP, SYNDICATE, CORPORATION, AND ALL OTHER GROUPS WHO SEEK TO INFLUENCE THE GOVERNMENTAL DECISION OF A BOARD MEMBER OR DISTRICT PERSONNEL AFTER ADVERTISEMENT AND PRIOR TO THE BOARD'S VOTE ON THE AWARD OF THIS CONTRACT. ANY BIDDER WHO IS ADVERSELY AFFECTED BY THE RECOMMENDED AWARD MAY FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), FLORIDA STATUTES. FAILURE TO POST BOND WITH THE SCHOOL BOARD OF MARION COUNTY OR TO ADHERE STRICTLY TO THE REQUIREMENTS OF STATUTES AND STATE BOARD RULES PERTAINING TO PROTESTS WILL RESULT IN SUMMARY DISMISSAL BY THE PURCHASING DEPARTMENT. ANY BIDDER OR ANY INDIVIDUALS THAT LOBBY ON BEHALF OF BIDDER DURING THE TIME SPECIFIED WILL RESULT IN REJECTION / DISQUALIFICATION OF SAID BID.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 27

BBB. DELIVERY OF BIDS: When hand delivering your bid, bidders must follow the School Board's security access procedures. The procedures are as follows: A. Proceed to the Purchasing Department, 506 SE 3rd Ave., Ocala, Florida.

34471. B. Park in visitors’ parking area.

C. Enter building through the front door. D. Present bid to the Purchasing receptionist for official date/time stamping. BIDDERS SHOULD ALLOW AT LEAST 30 MINUTES TO FOLLOW THE ABOVE PROCEDURES AND SUBMIT THEIR BID TO THE PURCHASING DEPARTMENT, NO LATER THAN THE DATE AND TIME DESIGNATED IN THE BID.

CCC. POSTING OF BID AND SPECIFICATIONS Invitation to bid with specification will be posted for review by interested parties, at 506 SE 3rd Avenue, Ocala, FL 34471, on the date the Invitation to Bid Notification is emailed to vendors registered with the School Board and will remain posted for a period of 10 days. Failure to file a specification protest within the time prescribed in Florida Statutes 120.57(3) will constitute a waiver of proceedings under Chapter 120, Florida Statutes.

DDD. BID TABULATIONS, RECOMMENDATIONS, AND PROTEST: Bid Tabulations with award recommendations are posted to the Purchasing

website at http://www.marion.k12.fl.us/dept/purr/tabs.cfm. The same will be posted in the Purchasing Department for review by interested parties, at 506 SE 3rd Avenue, Ocala, FL 34471, within 10 days after bid opening. If the bid tabulation with recommended awards is not posted by said date and time, A "Notice of Delay of Posting" will be posted to inform all proposers of the new posting date and time. Notices for recommendations and awards will not be mailed. Any person adversely affected by the solicitation, decision or intended decision must file a notice of protest, in writing, within 72 hours after the posting. The formal written protest shall state with a particularity the facts and law upon which the protest is based. Failure to file protest within the time prescribed in Section 120.57(3), Florida Statutes, will constitute a waiver of proceedings under Chapter 120, Florida Statutes.

EEE. BID PROTEST:

If a bidder wishes to protest a bid, they must do so in strict accordance with the procedures outlined in FS 120.57(3), and Lobbying, Paragraph 3, of this proposal and School Board Policy 7.70.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 28

Any person who files an action protesting a solicitation, decision or intended decision pertaining to this bid pursuant to FS 120.57(3) (b), shall post with the Purchasing Department, at the time of filing the formal written protest, a bond secured by an acceptable surety company in Florida payable to School Board of Marion County, Florida in an amount equal to 1 percent (1%) of the total estimated contract value, but not less than $500 nor more than $5000. Bond shall be conditioned upon the payment of all costs that may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, a cashier's check, certified bank check, bank certified company check or money order will be acceptable form of security. If, after completion of the administrative hearing process and any appellate court proceedings, the School Board prevails, it shall recover all costs and charges included in the final order of judgment, including charges by the Division of Administrative Hearings. Upon payment of such costs and charges by the protester, the protest security shall be returned. If the protest prevails, he or she shall recover from the School Board all costs and charges, which shall be included in the final order of judgment.

FFF. INFORMATION Any questions concerning conditions and specifications must be submitted in

writing and received no later than 72 Hours prior to the deadline for receiving the Bid. Questions received in writing within the required timeframe will be answered in writing. Jeffrey Lemstrom is authorized only to direct the attention of prospective proposers to various portions of the Bid so that they may read and interpret such for themselves. Neither Mr. Lemstrom nor any employee of the District is authorized to interpret any portion of this Bid or give information as to the requirements of the Bid in addition to that contained in the written documents.

Send all inquiries to attention: Jeffrey Lemstrom

Purchasing Department School Board of Marion County 506 S.E. 3rd Avenue Ocala, Florida 34471 Ph 352-671-7503 Fx: 352-671-7504

If necessary, an addendum will be posted on the Purchasing Website. Copies of addendum will be made available for inspection at the School Board’s

Purchasing Department where bidding documents will be kept on file. No addendum will be issued later than three calendar days prior to the date for

receipt of bids except an addendum withdrawing the invitation to bid or one which includes postponement of the date for receipt of bids.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 29

No verbal or written information which is obtained other than by information in this document or by addendum to this bid will be binding on the School Board.

GGG. COMMODITY BIDS OR BIDS which require deliverable tangible items:

The School Board will not be liable for loss or damage to items shipped to the District in error after thirty (30) days from the verifiable date of receipt of the item(s).

HHH. Should the specifications of this bid be determined by the bidder to be

restrictive, notice shall be given within seventy-two (72) hours after the receipt of the invitation to bid or request for proposals.

III. Federal Grants Management Requirements. Debarment, Suspension, and Other

Responsibility Matters. (U.S. Department of Agriculture Certification) A. It is required that you either complete and sign the enclosed Certification

Regarding Debarment, Suspension Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction Form or attach an explanation to this proposal as to why you are not signing and returning the above mentioned form. This form has to be returned, with the other required documents, at the time of your bid proposal.

B. The applicant certifies that it and its principals;

are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department and agency

have not within a three-year period preceding this application been

convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property

are not presently indicted for or otherwise criminally or civilly charged by

a governmental entity (federal, state or local) with commission of any of the offenses enumerated in this certification

have not within a three-year period preceding this application had one or

more public transactions (federal, state, or local) terminated for cause or default.

C. Where the applicant is unable to certify to any of the statements in this certification, he or she shall attach an explanation to this application.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 30

JJJ. Additional Terms and Conditions: No additional terms and conditions included with any Bid shall be evaluated or considered and any and all such additional terms and conditions shall have no force and effect and are inapplicable to this Invitation to Bid, whether submitted purposefully through intent or design or inadvertently appearing separately in transmittal letters, specifications, literature, price lists, warranties, or shipping documents. It is understood and agreed that only the terms, conditions, and specifications appearing in this Invitation to Bid are applicable and in full force and effect. The Bidder’s authorized signature appearing elsewhere in the Invitation to Bid attests to this.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 31

Bidder Qualifications: Bidder shall be an established firm, licensed and insured within the State of Florida, whose sole or primary business is the provision and delivery of milk and milk products to commercial (business/institutional) accounts. Bidder shall have been continuously doing business as the same legal entity within the State of Florida for a minimum of two (02) years in the accomplishment of the type of services references herein. In addition, successful experience with one (01) or more other school districts within the State of Florida shall be required. As a condition of award, determination shall be made and substantiated to the satisfaction of the School Board of Marion County (SBMC) that all products as proposed are in conformance to Bid specifications, meet established quality standards, and are suitable for use within the District.

In regards to service requirements, SBMC has established minimum qualification criteria and, at its sole discretion, may request the apparent successful Bidder to provide evidence demonstrating that it has the experience and capacity to produce, procure, store, and deliver all specified products in the required volume. The criteria used to determine such responsibility shall include, but not limited to, the following:

A. Physical Facilities – Bidder shall possess warehouse distribution facilities required to safely and securely store specified products. Bidder’s facilities and operating practices must, at all times, be in compliance with any and all Federal, State, and local statute, regulation or ordinance. This provision shall also apply to all processing and packaging facilities utilized in the performance of this contract.

B. Delivery Equipment – Bidder shall possess and maintain, by ownership or long term lease, vehicular equipment necessary to effect efficient day-to-day delivery schedules at time of commencement of services. The delivery fleet shall be clean, free of insects and rodents, and be adequate for delivering all specified products.

C. Financial Capacity – Bidder shall have financing adequate to produce, purchase, store and deliver all specified products. In the event deficiencies in the areas of product production, warehousing, delivery and/or personnel are apparent or other adverse financial findings regarding the Bidder are identified, the School Board may request additional information that would demonstrate the Bidder’s financial ability to comply with the requirements of this Bid.

D. Reliability – Bidder’s service level shall be determined in terms of delivery promptness, accuracy of pricing procedures, correct order delivery, protection of product, and proper communication with each delivery site. Current and past performance with the District and/or other commercial accounts shall be considered in determination of service level.

Accounting Practices – Bidder shall have the capability to provide accurate, reliable and timely invoices, statements, utilization reports, credits, and other data necessary to

accomplish cost audits on items being purchased.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 32

BIDDER’S QUALIFICATION STATEMENT MUST BE COMPLETED TO BE

CONSIDERED A RESPONSIBLE BIDDER COMPANY NAME: _______________________________________ 1. Bidder has been in business continuously since: __________________________ 2. Bidder has had experience in work comparable with that required under the proposed contract: As a prime vendor for ______________________ years in the State of Florida As a subcontractor for ______________________ years in the State of Florida Years performing contract services within the limits of Marion County: _______ 3. Following is a partial list of work the bidder has completed in the last five (5) years) which is similar in character and in magnitude to that required in the proposed Contract:

YEAR OWNER LOCATION CONTRACT AMOUNT 4. Furnish references for information concerning the work listed above:

NAME COMPANY TITLE CITY/STATE PHONE # 5. List the supervisory personnel to be employed by the bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents):

NAME TITLE YEARS EXPERIENCE 6. List Subcontractors – Name, Address and Years of Experience, if you will be utilizing subcontractors on any portion of this project.

NAME Address YEARS EXPERIENCE

An Equal Opportunity School District Bid #3310JD Milk Rev 51 33

7. Specify Dairy Cooperative applicable to this Bid: _________________________ 8. Business Operations

Bidder is a __ Manufacturer or __ Authorized Distributor for Manufacturer(s)

9. Purchase Orders: Purchase orders shall be sent to:

Company Name: ______________________________ Email Address: _______________________________

Address: ____________________________________ City/State/Zip: _______________________________ Phone # ____________________________________ Fax: ______________________ Remit to name ___________________________________ Address: ________________________________________ City/State/Zip: ___________________________________ 10. Facility address of distribution facility for which route delivery services will be dispatched

under this contract: Address: _____________________________________ City/State/Zip: _________________________________ Phone #: ______________________________________

8. Name and title of person filling out form: ______________________________ ______________________________ NAME TITLE If you need additional space, please submit a separate sheet with appropriate headings.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 34

SPECIFICATIONS: Offerors are to bid on fresh fluid milk, Grade A, pasteurized, homogenized, and fortified with Vitamins A and D. Milk and milk products shall meet pasteurization, percent of nonfat milk solids, as promulgated by Florida laws, State Board of Health, requirements of Marion County Health Department and accepted standards of the milk industry. All items furnished under this bid shall be identified as having been officially inspected for wholesomeness and sanitation under the Florida Department of Agriculture Regulation Program. Skim White Milk: Milk fat content 0.5% or less.

Nonfat milk solids minimum 8.25%. 1% White Milk: Milk fat content shall be 1%.

Nonfat milk solids minimum 8.25%. Low Fat Chocolate Milk: Milk fat content minimum .5%, max. 1%.

Nonfat milk solids minimum 8.25%. Nutritive sweeteners and chocolate flavoring.

Low Fat Strawberry Milk: Milk fat content minimum .5%, max. 1%.

Nonfat milk solids minimum 8.25%. Nutritive sweeteners and strawberry flavoring.

Low Fat Soy Milk: Low Fat Soy milk, made from soybeans, 100% lactose and dairy free.

Low Fat Cottage Cheese: Small curd, a soft, uncured cheese made from pasteurized

skim milk. Low Fat Sour Cream: Grade A pasteurized, cultured. Low Fat Yogurt: Grade A, made from pasteurized cream and cultured with

lactic acid producing bacteria. Milk fat content minimum .5 %, maximum 2%, must contain at least 8.25

TYPE OF CONTAINER: Milk cartons shall be gable-top, ½ pint leak proof disposable cartons, or another type container pre- approved by the Director of Food and Nutrition Services. PRINTING ON MILK CARTONS: Marion County is interested in side panel promotions relating to nutrition and healthy lifestyles. Enhanced graphic paperboard cartons increase sales and consumption of milk products according to recent studies. Submit samples for approval of the Supervisor of Food and Nutrition Services. No other product or advertisement shall be advertised on the carton through the contract period.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 35

MILK PRODUCTS: Quantities are annual estimates only and may be increased or decreased at the request of the managers of the schools. Some items may be deleted from this list and purchased from our mainline food distributor, other items maybe added depending on availability.

Item 1 COTTAGE CHEESE, LOW FAT: White, small curd, 1-1.5% butterfat. 80% maximum moisture. Packed 5# containers. Approximate Annual Usage: 500 Containers

Brand Product # Provide Size of Container Example: Oz., etc. & Quantity per case

Unit Size

Est. Qty

U/M Unit Price

5#

500

Ea

$_________________each

Item 2 YOGURT, LOW FAT: Cultured pasteurized, Grade A Milk, sugar, natural flavors, 5 lb tub. Approximate Annual Usage: 1000 containers

Brand Product # Provide Size of Container Example: Oz., etc. &Quantity per case

Unit Size

Est. Qty

U/M

Unit Price

5 lb

1000

Ea

$____________________each

Flavors Available

Item 3 SOUR CREAM, LOW FAT: Grade A pasteurized, cultured, 5# container. Approximate Annual Usage: 150 containers

Brand Product # Provide Size of Container Example: Oz., etc. &Quantity per case

Unit Size

Est. Qty

U/M Unit Price

5#

150

Ea

$____________________each

Item 4 MILK, FLAVORED: Strawberry flavored, reduced fat (2%) or low fat (1% or ½%), 1/2 pint leak proof disposable cartons. (Approximately 50 cartons per case). Approximate Annual Usage: 900,000 Units

Brand Product # Provide Size of Container Example: Oz., etc. &Quantity per case

Unit Size

Est. Qty U/M

FMO Cost ($)

Other Cost to Bidder ($)

Total Cost to SBMC

½ Pint

900,000

Ea

$ (Variable)

$ (Fixed)

$ (Variable)

An Equal Opportunity School District Bid #3310JD Milk Rev 51 36

Item 5 MILK, FLAVORED: Chocolate flavored, reduced fat (2%) or chocolate low fat (1% or ½%), 1/2 pint leak proof disposable cartons. (Approximately 50 cartons per case). Approximate Annual Usage: 4,250,000 Units

Brand Product # Provide Size of Container Example: Oz., etc. &Quantity per case

Unit Size

Est. Qty U/M

FMO Cost ($)

Other Cost to Bidder ($)

Total Cost to SBMC

½ Pint

4,250,000

Ea

$ (Variable)

$ (Fixed)

$ (Variable)

Item 6 MILK, SKIM, WHITE: Skim milk, 1/2 pint leak proof disposable cartons. (Approximately 50 cartons per case). Approximate Annual Usage: 350,000 Units

Brand Product # Provide Size of Container Example: Oz., etc. &Quantity per case

Unit Size

Est. Qty U/M FMO Cost ($)

Other Cost to Bidder ($)

Total Cost to SBMC

½ Pint

350,000

Ea

$ (Variable)

$ (Fixed)

$ (Variable)

Item 7 MILK, 1% WHITE: 1% milk, 1/2 pint leak proof disposable cartons. (Approximately 50 cartons per case). Approximate Annual Usage: 950,000 Units

Brand Product # Provide Size of Container Example: Oz., etc. &Quantity per case

Unit Size

Est. Qty

U/M FMO Cost ($)

Other Cost to Bidder ($)

Total Cost to SBMC

½ Pint

950,000

Ea

$ (Variable)

$ (Fixed)

$ (Variable)

Item 8 MILK, LOW FAT SOY MILK: Soy milk, low fat. 1 quart containers. Approximate Annual Usage: 100 containers

Brand Product # Provide Size of Container Example: Oz., etc. &Quantity per case

Unit Size

Est. Qty

U/M FMO Cost ($)

Other Cost to Bidder ($)

Total Cost to SBMC

1 Qt

100

Ea

$ (Variable)

$ (Fixed)

$ (Variable)

An Equal Opportunity School District Bid #3310JD Milk Rev 51 37

9. Provide a list of other products available, not included in initial award. Must include: Brand, Product, Package Size, Unit Price We the undersigned do hereby certify that these prices include all labor and material and will hold the pricing mechanism appearing in this solicitation fixed for a period after Board approval. Contract is for three years from August 9, 2010 to August 9, 2013 to be reviewed annually to ensure compliance. We further realize the estimated quantities given are for evaluation purposes only and no guarantee of purchase is expressed or implied. Company: _______________________________________________ Address: _______________________________________________ City/State/Zip _______________________________________________ Area Representative Company Name: ____________________________ Area Representative Name: ____________________________________ Address, City, State __________________________________________ Phone: _________________ Fax: _________________ Authorized Signature: _________________________________________ ________________________________________________ Occupational License Number or Contractor Certification

An Equal Opportunity School District Bid #3310JD Milk Rev 51 38

SCHOOL - PRINCIPAL - ADDRESS PHONE CAFETERIA MANAGER FAX

PHONE EXT.

Anthony Elementary - Jerome Brown 9501 NE Jacksonville Rd., Anthony 32617

671-6000 Pam Malloy

671-6002

5-1016 Belleview Elementary - Brenda Conner 5556 SE Agnew Rd., Belleview 34420

671-6100 Ben Pernice 671-6108

671-6103

5-1116 Belleview High - Jim Wohrley 10400 SE 36th Ave., Belleview 34420

671-6210 Tom Fumicello

671-6215

5-7916 Belleview Middle - Lisa Krysalka 10500 SE 36th Ave., Belleview 34420

671-6235

Pam Mills Patricia Adee, Asst. Mgr.

671-6246 671-6244

5-5016

Belleview-Santos Elementary - Troy Sanford 9600 S U.S. Hwy. 441, Belleview 34420

671-6260 Rose Allen 671-6280

671-6264

5-1216 College Park Elementary - Patricia Stout 1330 SW 33rd Ave., Ocala 34474

291-4040 Sheila Charles

291-4047

5-1316 Dr. N. H. Jones Elementary - Don Raymond 1900 SW 5th St., Ocala 34474

671-7260 David Winget

671-6991

5-1416 Dunnellon Elementary - Patricia Hornsby 10235 SW 180th Ave. Rd., Dunnellon 34432

465-6710 Susan Stump

465-6712

5-1516 Dunnellon High - Michelle Lewis 10055 SW 180th Ave. Rd., Dunnellon 34432

465-6745 Debbie Koch 465-6770

465-6753

5-8216 Dunnellon Middle - Jane Ashman 21005 Chestnut St., Dunnellon 34432

465-6720 Cindy Guile 465-6729

465-6725

5-5216 East Marion Elementary - Mike Hearn 14550 NE 14th St. Rd., Silver Springs 34488

671-4810 Kandee Buckholz 671-4881

671-4817

5-1616 Eighth Street Elementary - John McCollum 513 SE 8th St., Ocala 34471

671-7125

Deena Fiorello Gerald Glenn, Asst. Mgr.

671-7129 5-7129

Emerald Shores Elementary - Jaycee Oliver 404 Emerald Road, Ocala 34472

671-4800 Epi Migliara 671-4880

671-4802

5-1816 Evergreen Elementary - Cassandra Boston 4000 NE W. Anthony Rd., Ocala 34470

671-4925 Cheryl Hawkins 671-4933

671-4929

5-1916 Fessenden Elementary - Anna DeWese 4200 NW 89th Pl., Ocala 34482

671-4935 Sheila Sexton 671-4943

671-4938

5-2016 Forest High - Chester Gregory 5000 SE Maricamp Road., Ocala 34480

671-4700

Darci Caracciola Amy Peterson, Asst. Mgr.

671-4745 671-4709

5-8516

Fort King Middle - Wayne Livingston 545 NE 17th Ave., Ocala 34470

671-4725

Debra Haley June Holmes, Asst. Mgr.

671-4735 671-4729

5-5416

Fort McCoy School (K-8) - Robert Hensel 1 Cougar Ct., Fort McCoy 32134

671-6325 Brenda Powell 671-6380

671-6338

5-2116 Greenway Elementary - Erin Quainton 207 Midway Rd., Ocala 34472

671-4845 Lora Grundy 671-4854

671-4850

5-2316 Hammett Bowen Elem - Leanna Dixon 4397 SW 95th St., Ocala, 34473

291-7900 Gay Ann Seice 291-7916 5-0316

Harbour View Elementary - Marlene Bjork 8445 SE 147th St., Summerfield 34491

671-6110 Linda Lane

671-6114

5-2416

Horizon Academy - Juan Cordova 365 Marion Oaks Dr., Ocala, FL 34473

671-6290

Christine Maynard Diana Careiro, Asst. Mgr.

671-6296 5-7216

Howard Middle - Kathy Collins 1108 NW Martin Luther King, Ocala 34475

671-7225

Lola Blunt Christine Taylor, Asst. Mgr.

671-7243 671-7230

5-5816

Lake Weir High - Cynthia Saunders 10351 SE Maricamp Rd., Ocala 34472

671-4820

Ramona Turner Bonnie Birhanzl, Asst. Mgr.

671-4840 671-4824

5-8816

An Equal Opportunity School District Bid #3310JD Milk Rev 51 39

Lake Weir Middle - Mike Kelly 10220 SE Sunset Harbor, Summerfield 34491

671-6120

Sharon Moyer Connie Jenkins, Asst Mgr

671-6140 671-6124

5-6016

Liberty Middle - Greg Dudley 4773 SW 95th Street, Ocala 34476

291-7930 Lena Mather 291-7946 5-0616

Madison Street - Phillip Leppert 401 NW Martin Luther King Blvd., Ocala 34475

671-7250 David Winget

671-7255

5-2516 Maplewood Elementary - Barbara Dobbins 4751 SE 24th St., Ocala 34471

671-6820 Robin McCallum 671-3701

671-6825

5-2616

Marion Oaks Elementary – Opens August 2010 North Marion High - Kathy Quelland

151 W Hwy 329, Citra 32113 671-6010

Laura Finley Julie Martinez, Asst Mgr

671-6082 671-6023

5-9116

North Marion Middle - John Williams 2085 W Hwy 329, Citra 32113

671-6035

Ruth Weinstock Shanna Folsom, Asst. Mgr.

671-6036

5-6216

Oakcrest Elementary - Jeannine Mills 1112 NE 28th St., Ocala 34470

671-6350 Diana Wood 671-6355

671-6354

5-2716 Ocala Springs Elementary - Penny McKee 5757 NE 40th Ave. Rd., Ocala 34479

671-6360 Marie Chastain 671-6324

671-6366

5-2816 Osceola Middle - John McCollum 526 SE Tuscawilla Ave., Ocala 34471

671-7100 Deena Fiorello

Reddick-Collier Elem.- Vernon Chisholm 4595 W Hwy. 316, Reddick 32686

671-6070

Barbara Wilkerson

671-6073

5-2916 Romeo Elementary - Kathy Hultman 19550 SW 36th St., Dunnellon 34431

465-6700 Linda Tarantino

465-6703

5-3016 Saddlewood Elementary - Cheryl Laffey 3700 SW 43rd Ct., Ocala 34474

291-4075 Frances Dietz 291-4074

291-4081

5-3116 Shady Hill Elementary - Carol Ely 5959 S Magnolia Ave., Ocala 34480

291-4085

Paulette Lamontagne

291-4088

5-3216 South Ocala Elementary - Laura Burgess 2831 SE Lake Weir Ave., Ocala 34471

671-4750 Elizabeth Miller

671-4757

5-3316 Sparr Elementary - Woody Clymer PO Box 539, Sparr 32192-0539

671-6060 Pam Malloy

671-6062

5-3416 Stanton-Weirsdale Elementary - Brent Carson 16700 SE 134th Terr., Weirsdale 32195-9783

671-6150 Nikki Hartsock 671-6163

671-6154

5-3516 Sunrise Elementary - Isaac Burgess 375 Marion Oaks Course, Ocala 34473-2371

671-6200 Becky Long

671-6274

5-3616 Vanguard High - Rick Lankford 7 NW 28th St., Ocala 34475-3597

671-4900 Debbe Dugan

671-4901

5-9416 Ward-Highlands Elementary - Gary Smallridge 537 SE 36th Ave., Ocala 34471-3000

671-6810 Mary Brown

671-6812

5-3716 West Port High - Jayne Ellspermann 3733 SW 80th Ave., Ocala 34481-5406

291-4050 Weldon Watkins 291-4006

291-4060

5-6616 Wyomina Park Elementary - Mike Graff 511 NE 12th Ave., Ocala 34470-5971

671-6370 Terry Jennings 671-6378

671-6374

5-3816

An Equal Opportunity School District Bid #3310JD Milk Rev 51 40

Possible Summer Delivery Locations

Belleview Elem

Belleview High College Park Elem Dunnellon Elem Dunnellon High East Marion Elem Emerald Shores Elem Forest High Hammett Bowen Elem Lake Weir High Maplewood Elem North Marion High Oakcrest Elem Sunrise Elem Sparr Elem Vanguard High West Port High Boys & Girls Club of Ocala Camp Kiwanis

An Equal Opportunity School District Bid #3310JD Milk Rev 51 41

Marion County School - Food Service

Food Allergy Worksheet Legend Each product must have this form completed and signed in order to be considered for award. In addition, a complete and legible food/nutrition label and ingredient list must also be provided for each product. Please refer to Special Condition W-3a.

Does this product contain any of the following ingredients? Yes No Dairy Dairy Products including: ammonium caseinate, artificial butter flavor, butter, butter fat, butter oil, buttermilk, calcium caseinate, casein, caseinates, cheese, cream, cottage cheese, curds, custard, hydrolysates, lactalbumin (phosphate), lactoglobulin, lactose, lactulose, magnesium caseinate, milk (derivative, powder, protein, solids, malted, condensed, evaporated, dry, whole, low-fat, milk-fat, non-fat, skimmed, and goat’s milk), nougat, protein caseinate, pudding, rennet casein, sour cream, whey (hydrolysate and concentrate), yogurt

__

__

Eggs Egg products including: albumin, apovitellin, avidin, conalbumin, custard, egg (white, yolk dried, powdered solids, frozen, and imitation), egg substitutes, eggnog, flavoprotein, globulin, livetin, mayonnaise, meringue, ovalbumin, ovomucin, ovomucoid, ovomuxoid, Simplesse, surimi

__

__

MSG Monosodium Glutamate

__ __

Peanuts - beer nuts, chopped nuts, cold pressed peanut oil, defatted peanut, expelled or extruded peanut oil, granulated peanuts, ground nuts, hydrolyzed plant protein, hydrolyzed vegetable protein, marzipan, monkey nuts, mixed nuts, nougat, Nu-nuts, nut pieces, peanut (roated, butter, flour, and flakes)

Shellfish & Fish Shellfish and Fish including: Abalone, ammonium alginate, anchovies, calcium alginate, carageenan seaweed, clams, cockle, crawfish, fish stock, Imodium inosinate, imitation crab, lobster, mollusks, octopus, oysters, potassium alginate, prawns, propylene glycol alginate, scallops, shrimp, snails, sodium alginate, surimi, squid, vegetable gum: seaweed, Worcestershire sauce alginate

__

__

Soy Soy products including: Chee-fan, deep fried mature soy seed, fermented soybeans, hamanatto, hydrolyzed soy/plant/vegetable protein, immature green soy seed, katjap, metaiuza, miso, natural flavoring, natto, shoyu sauce (soy sauce), soy albumin, soy bean curd, soy hydrolysates, soy (flour, grits, milk, nuts, oil, protein, protein concentrate and isolate), soy sprouts, soybean, sufu, tao-cho, tao-si, taotjo, teriyaki sauce, Tamari, Tempeh, textured vegetable protein (TVP), tofu, whey-soy drink, vegetable (gum, oil, and starch), and Worcestershire sauce

__

__

Tree Nuts Tree nuts products including: almonds, brazil nuts, acponata, cashews, chestnuts, filbert/hazelnuts, hickory nuts, macadamia nuts, marzipan/almond paste, nougat, artificial nuts, nut butters, nut meal, oil, paste, pieces, pecans, pesto, pine nuts, pistachios, walnuts

__

__

Wheat Wheat products including: atta, bel ahar, bread flour, bran (wheat), bread crumbs (wheat), bulgar, cake flour, cereal extract, couscous, cracker, dextrin, durum, enriched flour, farina, fillers, food starch (modified), gelatinized food starch, graham flour, ground spices, gluten (wheat), graham, high gluten or protein flour, kamut flour, laubina, leche alim, malt, malted cereal, maltodextrin, Minchin, multi-grain flour, natural flavoring, seitan, semolina, spelt, superamine, tricale, vegetable starch, vital gluten, vitalia macaroni, whole wheat flour, wheat (puffed and rolled), wheat germ, wheat meal, wheat protein powder, wheat starch, wheat tempeh, and winter wheat flour

__

__

Vendor Name: _________________________ Name of Product corresponding to this worksheet: ______________________ Name of Person authorized to complete this worksheet: ___________________

An Equal Opportunity School District Bid #3310JD Milk Rev 51 42

Acknowledgment of Addenda

Check: (Yes) or (No) (Date of Receiving Addendum)

Addendum #1 Yes ___ No ___

Date Received:

Addendum #2 Yes ___ No ___

Date Received:

Addendum #3 Yes ___ No ___

Date Received:

Addendum #4 Yes ___ No ___

Date Received:

Addendum #5 Yes ___ No ___

Date Received:

______________________________________

Company Name ______________________________________

Signature ______________________________________

Address ______________________________________

City State Zip Code

______________________________________ Date

Please read the terms and conditions of this bid. NOTE: The list below may not be inclusive of all requirements Invitation to Bid Page (Vendor Name, etc.) (required) __________ Specification & Proposal Forms (required) __________ Drug Free Workplace Certification (required) __________ Statement of No Bid (If applicable) __________ Acknowledgement of Addenda (If applicable) __________ Certification Regarding Debarment, (required) __________ Occupational License (If required by Ordinance) __________ Bid or Performance Bond (not required) __________ Manufacturer’s Authorization (required) __________ Bidders Qualification Statement (required) __________ W-9 Form (required) __________ Food Allergy Worksheet (required) __________ Health Department Inspection Report (required) __________ Florida Milk Dealer Permit (required) __________ Nutritional Analysis (required) __________

An Equal Opportunity School District Bid #3310JD Milk Rev 51 43

U. S. DEPARTMENT OF AGRICULTURE _______________________________________________________________________

CERTIFICATION REGARDING DEBARMENT, SUSPENSION

INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS

This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). Copies of the regulations may be obtained by contacting the Department of Agriculture agency with which this transaction originated.

**BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON THE FOLLOWING PAGE**

(1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify to any of the

statements in this certification, such prospective participant shall attach an explanation to this proposal.

_______________________________________________________________________ Organization Name PR/Award Number or Project Name

_______________________________________________________________________

Name(s) and Title(s) of Authorized Representative(s)

_______________________________________________________________________

Signature(s) Date

An Equal Opportunity School District Bid #3310JD Milk Rev 51 44

INSTRUCTIONS FOR CERTIFICATION

1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out in accordance with these instructions.

2. The certification in this clause is a material representation of fact upon which reliance was placed when

this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to whom this

proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4. The terms “covered transaction,” “debarred,” ‘suspended,” “ineligible,” “lower tier covered

transaction,” “participant,” “person,” “primary covered transaction,” “principal,” “proposal,” “voluntarily excluded,” as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered

transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this form that it will include this

clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a certification of a prospective participant in a

lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-Procurement List.

8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in

order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 45

DRUG-FREE WORKPLACE CERTIFICATION

Preference must be given to vendors submitting a certification with their bid/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids, which are equal with respect to price, quality, and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violation of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 46

As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ______________________________________ COMPANY NAME ______________________________________ VENDOR'S SIGNATURE Must be executed and returned with attached bid at time of bid opening to be considered.

An Equal Opportunity School District Bid #3310JD Milk Rev 51 47

STATEMENT OF NO BID

If you are not bidding on this service/commodity, please complete and return this form to: Purchasing Department, School Board of Marion County, 506 SE 3rd Avenue, Ocala, FL 34471. (Please print or type, except signature) Failure to respond may result in deletion of vendor's name from the bidder's list for the School Board of Marion County, Florida COMPANY NAME: ____________________________________________________ ADDRESS: ____________________________________________________ CITY: _____________ STATE: ________________ ZIP: _____________ CONTACT PERSON: __________________________TELEPHONE: ______________ We, the undersigned, have declined to bid on your bid No. _______________ for _________________________because of the following reasons: Service/Commodity

We do not offer this product or the equivalent. Insufficient time to respond to the invitation to bid. Remove our name from this bid list only. Our product schedule would not permit us to perform. Unable to meet bond requirements. Other. (Specify below)

REMARKS:

_________________________________________________________________

_________________________________________________________________

_________________________________________________________________

SIGNATURE:_____________________________ DATE:_____________ (m/d/yyyy)

An Equal Opportunity School District Bid #3310JD Milk Rev 51 48

PURCHASING DEPARTMENT 506 S.E. Third Avenue

Ocala, Fl 34471 (352) 671-7500

Fax (352) 671-7504

COMMON CARRIER INSURANCE WAIVER REQUEST

Company Name ______________________________________________

Street Address _______________________________________________

City / State __________________________________________________

The above named company certifies that all items purchased by the School Board of Marion County, Florida its schools and departments, will be delivered by common carrier and at no time will the employees of said company be on the premises for delivery or installation purposes. Signed_______________________________ Print / Type Name _____________________ Title_________________________________ Bid Number: 3310JD Bid Name: Milk and Milk Products

Olson.Cheryl
Text Box
EXHIBIT C
Olson.Cheryl
Text Box
EXHIBIT D

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 1

SCHOOL BOARD OF MARION COUNTY FLORIDA, "AN EQUAL OPPORTUNITY SCHOOL DISTRICT "Bid Tabulation (6/16/10) Posted: 6/21/2010BID # 3310JDBid Title: Milk & Milk Products, Three Year Contract, 8/9/2010 to 8/9/2013Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010Budgeted Department: Food Service DepartmentBudgeted Resources $ 2,000,000.00

VendorsCim's Vendor #

Addenda (1)

Drug Free

Certificate of Liability

Certification for Debarment

Qualification Statement

Food Allergy Worksheet

Health Dept Inspec Report

Nutritional Analysis

W-9

# Qty Unit Description Brand Product #

Size of container, Qty per

Unit Price Total

X X X

1 500 5# (Ea)

Cottage Cheese, Low Fat: White, small curd, 1-1.5% butterfat. 80% maximum moisture. Packed 5# containers.

Dairy Fresh 1507 4-5 # $7.80 $3,900.00 X X X

2 1000 5# (Ea)Yogurt, Low Fat: Cultured pasteurized, Grade A Milk, sugar, natural flavors, 5 lb tub

Friend ship 1515 6-5# $4.25 $4,250.00 X X X

3 150 5# (Ea)Sour Cream, Low Fat: Grade A pasteurized, cultured, 5# container

Dairy Fresh 1050 4-5# $6.30 $945.00 X X X

$9,095.00

Brand Product Size of container, Qty per

Other Cost to Bidder ($) Fi d

Total Cost to SBMC (Variable)

Total (Total Cost X Qty)

4 900,000 1/2 Pint (Ea)

Milk Flavored: Strawberry flavored,

reduced fat (2%) or low fat (1% or 1/2%), 1/2

pint leak proof disposable cartons.

Approx. 50 cartons/case

Cool Cow 1018 35/tray

1/2 pint $0.1108 $0.2063 $185,670.00

5 4,250,000 1/2 Pint (Ea)

Milk, Flavored: Chocolate flavored, reduced fat (2%) or chocolate low fat or 1/2%), 1/2 pint leak

proof disposable cartons. Approx. 50

cartons/case

Cool Cow 1014 35/tray

1/2 pint $0.1094 $0.2047 $869,975.00

Alternate Bid: 1. Bid pricing based on every other day delivery. 2. Bid pricing is all or none. 3. All 1/2 Pints of Milk and packed 35 units per tray

N

Y

Y

N

M&B Products Inc., Tampa, FL

1Y

Y

Y

Y

$0.0955

$0.0953

FMO Cost ($) Variable

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 2

SCHOOL BOARD OF MARION COUNTY FLORIDA, "AN EQUAL OPPORTUNITY SCHOOL DISTRICT "Bid Tabulation (6/16/10) Posted: 6/21/2010BID # 3310JDBid Title: Milk & Milk Products, Three Year Contract, 8/9/2010 to 8/9/2013Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010Budgeted Department: Food Service DepartmentBudgeted Resources $ 2,000,000.00

Vendors M&B Products Inc., Tampa, FL

6 350,000 1/2 Pint (Ea)

Milk, Skim, White: Skim Milk, 1/2 pint leak proof

disposable cartons. Approx. 50

cartons/case

Cool Cow 1010 35/tray

1/2 pint $0.0912 $0.1906 $66,710.00

7 950,000 1/2 Pint (Ea)

Milk, 1% White: 1% Milk, 1/2 pint leak proof

disposable cartons. Approx. 50

cartons/case

Cool Cow 1008 35/tray

1/2 pint $0.0913 $0.1970 $187,150.00

8 100 1 Qt (Ea)

Milk, Low Fat Soy Milk: Soy Milk, low fat Sunrich 1114 9 - 1/2

Gal $2.50 $250.00

9 Other Available Product

Total of items 4-8 $1,309,755.00Total of items 1-3 $9,095.00

Grand Total $1,318,850.00

$0.0994

$0.1057

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 3

SCHOOL BOARD OF MARION COUNTY FLORIDA, "A Bid Tabulation (6/16/10) Posted: 6/21/2010BID # 3310JDBid Title: Milk & Milk Products, Three Year Cont Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010Budgeted Department: Food Service DepartmenBudgeted Resources $ 2,000,000.00

VendorsCim's Vendor #

Addenda (1)

Drug Free

Certificate of Liability

Certification for Debarment

Qualification Statement

Food Allergy Worksheet

Health Dept Inspec Report

Nutritional Analysis

W-9

# Qty Unit Description

1 500 5# (Ea)

Cottage Cheese, Low Fat: White, small curd, 1-1.5% butterfat. 80% maximum moisture. Packed 5# containers.

2 1000 5# (Ea)Yogurt, Low Fat: Cultured pasteurized, Grade A Milk, sugar, natural flavors, 5 lb tub

3 150 5# (Ea)Sour Cream, Low Fat: Grade A pasteurized, cultured, 5# container

4 900,000 1/2 Pint (Ea)

Milk Flavored: Strawberry flavored,

reduced fat (2%) or low fat (1% or 1/2%), 1/2

pint leak proof disposable cartons.

Approx. 50 cartons/case

5 4,250,000 1/2 Pint (Ea)

Milk, Flavored: Chocolate flavored, reduced fat (2%) or chocolate low fat or 1/2%), 1/2 pint leak

proof disposable cartons. Approx. 50

cartons/case

Brand Product # Size of container, Qty per

Unit Price Total Price

X X X

Dairy Fresh 924 5#/4 $7.50 $3,750.00 X X X

Friend ship

435 Strawberry, Blueberry,

Plain

5#4 $4.25 $4,250.00 X X X

Dairy Fresh 103 5#/4 $6.00 $900.00 X X X

$8,900.00

Brand Product # Size of container, Qty per

Other Cost to Bidder ($) Fixed

Total Cost to SBMC (Variable)

Total (Total Cost X Qty)

Sunny FLA 211 8 oz / 50 $0.1176 $0.2170 $195,300.00

Sunny FLA 86 8 oz / 50 $0.1127 $0.2121 $901,425.00

Y

Y

Sunny Florida Dairy, Tampa, FL

Y

N

Y

Y

Y

1Y

FMO Cost ($) Variable

$0.994

$0.0994

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 4

SCHOOL BOARD OF MARION COUNTY FLORIDA, "A Bid Tabulation (6/16/10) Posted: 6/21/2010BID # 3310JDBid Title: Milk & Milk Products, Three Year Cont Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010Budgeted Department: Food Service DepartmenBudgeted Resources $ 2,000,000.00

Vendors

6 350,000 1/2 Pint (Ea)

Milk, Skim, White: Skim Milk, 1/2 pint leak proof

disposable cartons. Approx. 50

cartons/case

7 950,000 1/2 Pint (Ea)

Milk, 1% White: 1% Milk, 1/2 pint leak proof

disposable cartons. Approx. 50

cartons/case

8 100 1 Qt (Ea)

Milk, Low Fat Soy Milk: Soy Milk, low fat

9 Other Available Product

Total of items 4-8Total of items 1-3

Grand Total

Sunny Florida Dairy, Tampa, FL

Sunny FLA 98 8 oz / 50 $0.1063 $0.2045 $71,575.00

Sunny FLA 166 8 oz / 50 $0.1077 $0.2121 $201,495.00

Sun Rich 377 1/2 gal /

6 $2.40 $240.00

$1,370,035.00$8,900.00

$1,378,935.00

$0.0982

$0.1044

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 5

SCHOOL BOARD OF MARION COUNTY FLORIDA, "A Bid Tabulation (6/16/10) Posted: 6/21/2010BID # 3310JDBid Title: Milk & Milk Products, Three Year Cont Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010Budgeted Department: Food Service DepartmenBudgeted Resources $ 2,000,000.00

VendorsCim's Vendor #

Addenda (1)

Drug Free

Certificate of Liability

Certification for Debarment

Qualification Statement

Food Allergy Worksheet

Health Dept Inspec Report

Nutritional Analysis

W-9

# Qty Unit Description

1 500 5# (Ea)

Cottage Cheese, Low Fat: White, small curd, 1-1.5% butterfat. 80% maximum moisture. Packed 5# containers.

2 1000 5# (Ea)Yogurt, Low Fat: Cultured pasteurized, Grade A Milk, sugar, natural flavors, 5 lb tub

3 150 5# (Ea)Sour Cream, Low Fat: Grade A pasteurized, cultured, 5# container

4 900,000 1/2 Pint (Ea)

Milk Flavored: Strawberry flavored,

reduced fat (2%) or low fat (1% or 1/2%), 1/2

pint leak proof disposable cartons.

Approx. 50 cartons/case

5 4,250,000 1/2 Pint (Ea)

Milk, Flavored: Chocolate flavored, reduced fat (2%) or chocolate low fat or 1/2%), 1/2 pint leak

proof disposable cartons. Approx. 50

cartons/case

Brand Product #

Size of container, Qty per

Unit Price Total (Unit Price X Qty) X X X

Dean 12553 5lb/4 $10.25 $5,125.00 X X XRich & Cream

y18399 5lb/4 $5.00 $5,000.00 X X X

Dean 13441 5lb/4 $9.50 $1,425.00 X X X$11,550.00

Brand Product #Size of container, Qty per

Other Cost to Bidder ($) Fixed

Total Cost to SBMC (Variable)

Total (Total Cost X Qty)

T.G. Lee 13495 8oz/50 $0.1193 $0.2325 $209,250.00

T.G. Lee 13470 8oz/50 $0.1193 $0.2325 $988,125.00

Non Responsive - Used FMO (Federal Milk Order) June Pricing

Y

Y

Y

NoY

Y

N

Y

T & G Lee Dairy, Orlando, FL

$0.1132

$0.1132

N

FMO Cost ($) Variable

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 6

SCHOOL BOARD OF MARION COUNTY FLORIDA, "A Bid Tabulation (6/16/10) Posted: 6/21/2010BID # 3310JDBid Title: Milk & Milk Products, Three Year Cont Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010Budgeted Department: Food Service DepartmenBudgeted Resources $ 2,000,000.00

Vendors

6 350,000 1/2 Pint (Ea)

Milk, Skim, White: Skim Milk, 1/2 pint leak proof

disposable cartons. Approx. 50

cartons/case

7 950,000 1/2 Pint (Ea)

Milk, 1% White: 1% Milk, 1/2 pint leak proof

disposable cartons. Approx. 50

cartons/case

8 100 1 Qt (Ea)

Milk, Low Fat Soy Milk: Soy Milk, low fat

9 Other Available Product

Total of items 4-8Total of items 1-3

Grand Total

T & G Lee Dairy, Orlando, FL

T.G. Lee 13469 8oz/50 $0.1200 $0.2250 $78,750.00

T.G. Lee 13468 8oz/50 $0.1168 $0.2300 $218,500.00

$1,494,625.00$11,550.00

$1,506,175.00

Non Responsive

$0.1050

$0.1132

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 7

SCHOOL BOARD OF MARION COUNTY FLORIDA, "A Bid Tabulation (6/16/10) Posted: 6/21/2010BID # 3310JDBid Title: Milk & Milk Products, Three Year Cont Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010Budgeted Department: Food Service DepartmenBudgeted Resources $ 2,000,000.00

VendorsCim's Vendor #

Addenda (1)

Drug Free

Certificate of Liability

Certification for Debarment

Qualification Statement

Food Allergy Worksheet

Health Dept Inspec Report

Nutritional Analysis

W-9

# Qty Unit Description

1 500 5# (Ea)

Cottage Cheese, Low Fat: White, small curd, 1-1.5% butterfat. 80% maximum moisture. Packed 5# containers.

2 1000 5# (Ea)Yogurt, Low Fat: Cultured pasteurized, Grade A Milk, sugar, natural flavors, 5 lb tub

3 150 5# (Ea)Sour Cream, Low Fat: Grade A pasteurized, cultured, 5# container

4 900,000 1/2 Pint (Ea)

Milk Flavored: Strawberry flavored,

reduced fat (2%) or low fat (1% or 1/2%), 1/2

pint leak proof disposable cartons.

Approx. 50 cartons/case

5 4,250,000 1/2 Pint (Ea)

Milk, Flavored: Chocolate flavored, reduced fat (2%) or chocolate low fat or 1/2%), 1/2 pint leak

proof disposable cartons. Approx. 50

cartons/case

Brand Product #

Size of container, Qty per

Unit Price Total (Unit Price X Qty) X X X

Dairy Fresh 31217 5#/4cs $7.25 $3,625.00 X X X

Crowley 49720 5#/4cs $4.95 $4,950.00 X X XSouth east Dairy

19030 5#/4cs $6.95 $1,042.50 X X X$9,617.50

Brand Product Size of container, Qty per

Other Cost to Bidder ($) Fixed

Total Cost to SBMC (Variable)

Total Cost to SBMC (Variable)

Velda Farms 1717 8oz/50cs $0.1339 $0.2239 $201,510.00

Velda Farms 10110 8oz/50cs $0.1149 $0.2049 $870,825.00

Velda Farms Dairy, Winter Haven, FL939645

1Y

Y

Y

Y

Y

Y

Y

Y

FMO Cost ($) Variable

$0.0900

$0.0900

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 8

SCHOOL BOARD OF MARION COUNTY FLORIDA, "A Bid Tabulation (6/16/10) Posted: 6/21/2010BID # 3310JDBid Title: Milk & Milk Products, Three Year Cont Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010Budgeted Department: Food Service DepartmenBudgeted Resources $ 2,000,000.00

Vendors

6 350,000 1/2 Pint (Ea)

Milk, Skim, White: Skim Milk, 1/2 pint leak proof

disposable cartons. Approx. 50

cartons/case

7 950,000 1/2 Pint (Ea)

Milk, 1% White: 1% Milk, 1/2 pint leak proof

disposable cartons. Approx. 50

cartons/case

8 100 1 Qt (Ea)

Milk, Low Fat Soy Milk: Soy Milk, low fat

9 Other Available Product

Total of items 4-8Total of items 1-3

Grand Total

Velda Farms Dairy, Winter Haven, FL

Velda Farms 4069 8oz/50cs $0.0971 $0.1965 $68,775.00

Velda Farms 4039 8oz/50cs $0.1057 $0.2115 $200,925.00

$2.2500 $225.00

$1,342,260.00$9,617.50

$1,351,877.50

$0.0994

$0.1058

Submitted Additional Products

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 1

SCHOOL BOARD OF MARION COUNTY FLORIDA, "AN EQUAL OPPORTUNITY SCHOOL DISTRICT "Bid Tabulation (6/16/10)BID # 3310JDBid Title: Milk & Milk Products, Three Year Contract, 8/9/2010 to 8/9/2013Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010

Vendor Name - No ResponseDean Dairy Holdings LLC, dba tglee, Ocala, FLFroots, Ocala, FLGFS Florida Food Service, LLC, Miami, FLInterflex, West Reading, PAJNS Foods, LLC, Tamarac, FLKelly's Foods, Inc., Winter Garden, FLLand O'Lakes, St. Paul, MnNUCO, Tampa, FL

Milk and Milk Products 3310JD TABSHEET Posted 062110.xls 1

SCHOOL BOARD OF MARION COUNTY FLORIDA, "AN EQUAL OPPORTUNITY SCHOOL DISTRICT "Bid Tabulation (6/16/10)BID # 3310JDBid Title: Milk & Milk Products, Three Year Contract, 8/9/2010 to 8/9/2013Date & Time Due: Wednesday, June 16, 2010Board Date: Tuesday, July 27, 2010

BID RECOMMENDATION SIGNATURE

Recommend the vendors/items with a bold outline around the item(s)as the lowest and best Bid meeting the Boards recommendations.

________________________________________________________________Jeffrey T. Lemstrom, Purchasing Specialist

____________________________________Witness

____________________________________Date

Failure to File a Protest with the time prescribed in s.120.57(3) Florida Statutes,shall constitute a waiver of proceedings under Chapter 120, Florida Statues.